Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
MODIFICATION

Z -- Polytrauma Bathrooms & Pharmacy Clean Room

Notice Date
7/30/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-07-RP-0128
 
Response Due
9/6/2007
 
Archive Date
11/5/2007
 
Point of Contact
Michael Reed Contracting Officer 315-425-4854
 
E-Mail Address
Email your questions to Contracting Officer
(Michael.Reed2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Polytrauma Bathrooms, Project 528-07-702ES AND Pharmacy Clean Room, Project 528-07-701. These projects will convert three private patient rooms to two handicapped accessible bedroom/bathroom combinations to meet the needs of OEF/OIF combat veterans and reconfigure the existing Clean Room within the Pharmacy to meet current USP 797 Sterile Compounding Standards. Work includes asbestos abatement, demolition, new flooring, new wall finishes, new ceiling, new lighting, revised HVAC and plumbing. Estimated construction cost range is between $250,000.00 and $500,000.00. An organized site visit has been scheduled for Tuesday, August 21, 2007 at 1300 in the A&MM Conference Room, Suite B, Building Two. All visitors to the medical center are required to have appropriate VA security identification. All visitors without existing VA ID are required to report to first floor lobby security window, to sign in and receive a temporary visitor's ID badge. This solicitation is issued subject to the availability of funds and pursuant to the authority of FAR 19.10 the Small Business Competitiveness Demonstration Program and is unrestricted as to qualifying business size for competitive responses, except that this is a cascaded solicitation in accordance with Public Law (P.L.) 109-461 and the authority of 38 U.S.C. 8127 to allow maximum opportunity for participation to Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Business, 8(a) Small Businesses and HUBZone Small Businesses. Award will be made in the following descending order of priority: 1.) Service-Disabled Veteran-Owned Small Business. Award will be made on a competitive basis to the responsible Service-Disabled Veteran-Owned Small Business responding to this solicitation that provides the best value in accordance with the solicitation requirements, provided that (a) a minimum of one competitive offer is received from a Service-Disabled Veteran-Owned Small Business concern, (b) the award can be made at a fair and reasonable price, and (c) the award can be made to a responsible offeror eligible to receive the award under this criteria. If #1 above is not possible, then: 2.) Veteran-Owned Small Business. Award will be made on a competitive basis to the responsible Veteran-Owned Small Business responding to this solicitation that provides the best value in accordance with the solicitation requirements, provided that (a) a minimum of one competitive offer is received from a Veteran-Owned Small Business concern, (b) the award can be made at a fair and reasonable price, and (c) the award can be made to a responsible offeror eligible to receive the award under this criteria. If #2 above is not possible, then: 3.) 8(a) Small Business. Award will be made on a competitive basis to the responsible 8(a) Small Business responding to this solicitation that provides the best value in accordance with the solicitation requirements, provided that (a) a minimum of one competitive offer is received from an 8(a) Small Business concern, (b) the award can be made at a fair and reasonable price, and (c) the award can be made to a responsible offeror eligible to receive the award under this criteria. If #3 above is not possible, then: 4.) HUBZone Small Business. Award will be made on a competitive basis to the responsible HUBZone Small Business responding to this solicitation that provides the best value in accordance with the solicitation requirements, provided that (a) a minimum of one competitive offers is received from a HUBZone Small Business concern, (b) the award can be made at a fair and reasonable price, and (c) the award can be made to a responsible offeror eligible to receive the award under this criteria. If #4 above is not possible, then: 5.) Full and Open Competition. Award will be made on a competitive basis to the responsible offeror responding to this solicitation that provides the best value in accordance with the solicitation requirements. All timely offers received in response to this solicitation will be opened and undergo an initial review. This review will include all prices offered which will be used in conjunction with the Government Estimate and funds available for award to determine a fair and reasonable price for any award under this solicitation. THIS SOLICITATION IS NOT AN IFB (INVITATION FOR BIDS). Proposals will be evaluated on the basis of both cost and technical considerations. In descending order of importance, evaluations will be based on Construction Management, Price, Proposed Team, Proposed Construction Schedule, and Past Performance & Past Experience. Technical Factors, when combined, are slightly more important than Price. OBTAINING SOLICITATION MATERIAL: Solicitation materials consisting of the Request for Proposal Details, Specifications, Drawings, and Contract Forms for submitting a response are available from VA on CD in electronic format only. These documents will not be posted at FedBizOpps. These documents are expected to be available on or about 8/3/07. In order to receive this material, ALL interested parties MUST be registered at http://www.fedbizopps.gov as an "Interested Vendor" under the Solicitation Number so that others will know of your interest in participating in this procurement. A Bidder's mailing list WILL NOT be prepared nor distributed by the Contracting Officer. In addition, potential Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) offerors must submit a written request via e-mail, fax or snail mail, and MUST be registered in CCR at http://www.ccr.gov AND in VetBiz at http://www.vip.vetbiz.gov to verify eligibility for award, as well as ORCA at https://orca.bpn.gov/. Potential 8(a) Small Business or HUBZone Small Business offerors must submit a written request via e-mail, fax or snail mail, and MUST be registered in CCR at http://www.ccr.gov to verify eligibility for award, as well as ORCA at https://orca.bpn.gov/. All other interested parties SHOULD be registered in CCR as well as ORCA, and must submit a written request via e-mail, fax or snail mail. The Solicitation materials will also be provided to the following sources where copies may be reviewed: Syracuse Builders Exchange, 6563 Ridings Road, Syracuse, NY 13206 (315-437-9936) and F W Dodge McGraw-Hill, 4 Adler Drive, East Syracuse, NY 13057 (315-431-9519). SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at http://www.fedbizopps.gov. Paper copies of the amendments will NOT be individually mailed. By registering to "Receive Notification", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 Instructions to Offerors - Competitive Acquisition.
 
Place of Performance
Address: VA Medical Center;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
Country: USA
 
Record
SN01356216-W 20070801/070730220719 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.