Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2008 FBO #2236
SOLICITATION NOTICE

Z -- Construction IDIQ - Multiple Award Task OrderContract (MATOC) for VAMC Providence

Notice Date
1/8/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA-241-08-RP-0053
 
Response Due
3/3/2008
 
Archive Date
6/1/2008
 
Point of Contact
Dena Kist, J.D. VA Medical Center Providence 401-257-2576
 
E-Mail Address
Email your questions to Contract Specialist's e-mail address
(Dena.Kist@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, VAMC Providence, intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair and construction services at VAMC Providence, 830 Chalkstone Avenue, Providence, RI; CBOC Middletown, One Corporate Place, (West Main Road at Northgate Road) Middletown, RI; CBOC Hyannis, 145 Falmouth Road, Hyannis, MA; and CBOC New Bedford, 175 Elm Street New Bedford, MA. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This is a Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business Set-aside (VOSB) as follows: CAT I and CAT II are SDVOSB set aside; CAT III is VOSB set aside. SDVOSB offerors may provide proposals for CAT III, but no preferences are given to SDVOSB for this category. The government anticipates award of a minimum of twelve (12) individual MATOC contracts, providing sufficient qualified contractors present offers. Awards will be made to Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) concerns providing sufficient qualified contractors present offers. The small business size standard is $31.0 million (Construction NAICS 236220) average annual revenue for the previous three years and $13.0 million (Specialty Trade Contractors - NAICS 238210, 238220, 238320) average annual revenue for the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $15,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project(s). Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project(s) to be considered for award. The prototypical project(s) will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about January 22, 2008. A Pre-proposal conference and site visit is scheduled for February 8, 2008. Details for registering for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about March 3, 2008. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov/. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Additionally, Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) must be registered in the VetBiz Registry in order to be eligible for a contract award. Visit www.vip.vetbiz.gov to complete your registration. Timely registration is strongly encouraged in order for the VA to certify the company's registration. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to Dena.Kist@va.gov. or Judith.Ruggiero@va.gov. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Place of Performance
Address: VA Medical Center;830 Chalkstone Avenue;Building 5;Providence, RI
Zip Code: 02908
Country: USA
 
Record
SN01480709-W 20080110/080108223609 (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  © 1994-2020, Loren Data Corp.