Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICEONCOLOGY CT SITE PREP

Notice Date
2/22/2008
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA-248-08-RI-0198
 
Response Due
3/10/2008
 
Archive Date
3/25/2008
 
Point of Contact
Kawan Afre Contract Specialist (813) 972-7590
 
E-Mail Address
Email your questions to CONTRACTING POC
(KAWAN.AFRE@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Subject/Title: ONCOLOGY CT SITE PREPARATION Classification Code: Z - Maintenance, Repair or Alteration of Real Property Sources Sought Notice: The Department of Veterans' Affairs (DVA/VA), James A. Haley Veteran's Hospital located in Tampa, FL, is conducting a market survey to determine the availability of small business firms with experience to provide the following Institutional (Hospital) Construction Services: Independently, and not as an agent of the Government, the Contractor, functioning as the PRIME Contractor, shall furnish all parts, tools, labor, equipment, supplies, travel, expertise, supervision, testing, certification, etc., to provide general construction work which includes but is not limited to the following: mold investigation and possible remediation (proper mold cleanup & sterilization); selective demolition; dust control; air testing and monitoring; radiation testing and reporting; alteration and removal of sheet rock, plaster ceiling, flooring, ductwork, duct insulation, HVAC units and associated components, pipe insulation; environmental management services; upgrade of floor structural integrity under the gantry; patch and level concrete floor; installation of a portable A/C unit; installation of conduit, wire, and equipment for electrical service as well as network, telephone, intercom, nurse call, code blue, security, fire, and CCTV systems; and in compliance with project specifications and drawings. The anticipated performance period is approximately 120 calendar days after issuance of the Notice To Proceed (NTP). The project magnitude is between $250,000 and $500,000. Any resulting procurement would be conducted under authority listed in FAR Part 15, 19 and 36. The applicable NAICS Code is 238910 and the size standard is $13.0 million dollars. Responses to this notice shall determine if sufficient experience and competition exists in the small business community in order to set this procurement aside for one of the following categories, listed in descending order of preference: a. SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), b. VETERAN OWNED SMALL BUSINESS (VETSB), c. HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE), d. 8(a) CONCERNS, e. Other small businesses. In addition, responses to this notice shall determine if award could be made on a sole source basis or be set-aside. The anticipated release date of the solicitation package is 14 March 2008. IMPORTANT: All qualified, interested and EXPERIENCED parties are encouraged to respond by providing ONLY the following capabilities information [maximum ten (10) total pages]: 1. Firm name, address, point of contact name phone number and email address; 2. Above Project Title and firms DUNS number; 3. Copy of State Trade License (Florida preferred); 4. Letter from your Surety outlining Bonding limits, annotating single & aggregate maximums. Ensure Surety is Treasury Department approved (see: http://fms.treas.gov/c570/c570.html); 5. Construction experience that demonstrates the firms specific experience as a PRIME contractor in/with the same type of requirement (size and scope), completed within the last five (5) years. Include contract number, date of award, date of completion, contracting point of contact (name, company, phone number, and email address), contract value, and brief description of construction services provided under the contract referenced; 6. Statement concerning construction experience in the State of Florida; 7. Statement concerning construction experience with Federal Government entities, particularly with the VA and/or Medical facilities; 8. Statement outlining HOW your firm will meet the requirements detailed in FAR clause 52.219-27(c) if a SDVOSB firm, or 52.219-14 if other than a SDVOSB firm; (www.arnet.gov/far). NOTE: THIS IS NOT A REQUEST FOR PROPOSAL/QUOTATION, NOR AN INVITATION FOR BID; THE DVA IS NOT SEEKING PRICING NOR OFFERS OF ANY KIND; THE DVA RESERVES THE RIGHT TO SOLICIT THIS REQUIREMENT AS APPROPRIATE. HOWEVER, IAW FAR 19.1406 THE DVA RESERVES THE RIGHT TO CONDUCT NEGOTIATIONS WITH A SINGLE FIRM IF ONLY ONE RESPONSIBLE OFFEROR IS DETERMINED. NOTE: SDVOSB JOINT VENTURES MUST BE APPROVED, AND ALL PARTIES MUST BE SMALL BUSINESS FIRMS. Please provide notice of your interest in this requirement by submitting ONLY the above capabilities information by/not later than 2:30 p.m. 10 March 2008, EST. Provide to me by email at Kawan.Afre@va.gov or via fax to my attention (Kawan Afre-90C) on 813/979-3637. Telephone replies will not be honored, other than to verify receipt of capabilities response. All correspondence submitted, either by email or fax, shall reference the above subject/title on all document(s). Interested parties shall ensure current registration in the Central Contractor Registration (CCR) system (www.ccr.gov), the VA VETBIZ registration system if SDVOSB or VETSB firm (http://www.vetbiz.gov/), the VETS 100 registration system (http://vets.dol.gov/vets100), and ensure current annual Representations and Certifications are filed online at http://orca.bpn.gov.
 
Web Link
DVA WEB PAGE
(http://www2.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA%2D248%2D08%2DRI%2D0198/WWW.VA.GOV)
 
Place of Performance
Address: JAMES A. HALEY VA HOSPITAL (JAHVAH);13000 BRUCE B. DOWNS BLVD;ATTN: FMS-673-08-102;TAMPA, FL. 33612
Zip Code: 33612
Country: USA
 
Record
SN01514765-W 20080224/080222223800 (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.