Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

Z -- Pre-Solicitation Notice, West Wing Building 61, Jefferson Barracks VA Medical Center, St. Louis, MO

Notice Date
3/31/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P909R0724
 
Response Due
4/15/2009
 
Archive Date
6/14/2009
 
Point of Contact
Frank J. Johnson, 314-331-8523<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This project is a 100% Set-Aside for Service Disabled Veteran Owned Business. Status as a service-disabled veteran owned small business concern is determined in accordance with 13 CFR parts 125.8 through 125.13. FAR 19.307 also apply. VETS-100 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all offerors must complete their VETS-100 report via the Department of Labor website at https://vets100.vets.dol.gov/ to be eligible for award. The General Scope of Work includes but is not limited to: Project: Renovation of Building 61 West Wing Location: Jefferson Barracks VA Medical Center, St. Louis, MO The estimated magnitude of this project is between $250,000 and $500,000 The North American Classification System (NAICS) Code for this project is: 236220 Small business size standard for this project is: $33,500,000. The solicitation will be available on or about April 15, 2009 and responses will be due on or about May 14, 2009. The solicitation, including any amendments, shall establish the official opening and closing dates and times. This solicitation will be issued as a Request for Proposals (RFP) which will result in the award of a single Firm Fixed Price (FFP) construction contract. The estimated period of performance for completion of construction and final cleanup is 120 (One Hundred and Twenty) calendar days from Notice to Proceed (NTP). At this time no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, this pre-solicitation announcement will be modified accordingly. An Organized Site Visit will be announced on the issued solicitation. This solicitation with plans, specifications, and any amendments, will be published in electronic format on FedBizOpps https://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by this agency. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations and make them available in printed or CD-ROM format for a fee. Potential offerors with limited printing or downloading capabilities should consider these alternatives. Offerors are responsible for checking the website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. Offerors are encouraged to register at FedBizOpps https://www.fbo.gov to utilize the Interested Vendors feature. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. CCR requirements: Prior to submitting a proposal, offerors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions maybe obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. ORCA Requirement: There is a new federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR) and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b834a1b63645099666e1b4e8c9339b4&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO<br />
Zip Code: 63103-2833<br />
 
Record
SN01781643-W 20090402/090331220931-5b834a1b63645099666e1b4e8c9339b4 (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.