Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
DOCUMENT

Y -- Miami Louver System Completion Item - Miami VAMC, Miami, FL, Project No. 546AA2088 - Attachment

Notice Date
3/10/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0022
 
Response Due
4/25/2011
 
Archive Date
6/24/2011
 
Point of Contact
Diane Campbell, ph. (202) 461-8438
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRESOLICITATION NOTICE The Department of Veterans Affairs is seeking proposals from General Contractors to manufacture and install a Ruskin EME12D double vertical louver system "or approved equal", at the Miami VA Medical Center. This procurement is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The firm must be a General Construction Firm with an approved NAICS Code 236220, Small Business Size Standard of $33.5 million. The estimated cost for this project is between $500,000 and $1,000,000. This project (546AA2088) is for the Miami VA Medical Center, Miami, FL. The contractor shall provide all plant, labor, materials, delivery and storage to remove existing louvers and replace them with new NOA approved Miami Dade Louvers. Louvers shall be Ruskin EME 12D Double Vertical Louver System, or approved equal, as required by the plans and specifications of the solicitation. All work to be in compliance with the Florida Building Code - High Velocity latest edition. Work included is detailed in the Description of Work, in the solicitation specifications and solicitation drawings labeled "VA Utility Plant Mechanical Louver Replacement Project, 100% Construction Documents", dated April 30, 2008, and. All work shall be accomplished in accordance with VA standards and specifications outlined in the VA Technical Information Library (TIL) located at www.cfm.va.gov/til/. All work shall be accomplished within 219 calendar days of receipt of Notice to Proceed. Work on the West Elevation shall be completed prior to the onset of "Hurricane Season", June 1, 2011, with all other work requiring building penetrations to occur immediately following the West Elevation. Within 7 calendar days of receipt of Notice to Proceed, the contractor shall submit for approval a printed work breakdown structure in bar chart format indicating milestone dates which demonstrates how work will be accomplished by the completion date. Should work require phasing of the project due to the hurricane season, the contractor shall so indicate in their proposed work breakdown structure. The contractor shall also submit contingency plans for approval stipulating intended procedures/methods for protecting the building should work extend into the Hurricane Season. An on-site kick-off meeting shall be held to discuss Miami VAMC logistical requirements and restrictions. The work on the North elevation will require close coordination with the VAMC in order to minimize disruption to the loading dock area. DESCRIPTION OF BID ITEMS: CLIN 001, BASE BID ITEM 1, GENERAL CONSTRUCTION: Provide all necessary equipment, labor, materials, specialty services, supervision, and tools to complete contracted work in accordance with the specifications, drawings, terms and conditions of this solicitation. Work includes but is not limited to general construction, demolition, alterations, mechanical work, electrical work, plumbing work, fire protection work, equipment removal and installation, necessary removal of existing structures and construction, and certain other items of work required by the drawings and specifications. All work from design to construction completion shall be completed within the time designated in the contract. CLIN 002, BASE BID ITEM 2, FABRICATION AND MANUFACTURE OF RUSKIN EME 12D double vertical louver system, "or approved equal" It is intended that award will be made for the combined total of Base Bid Item 1 plus Base Bid Item 2. Bidders must provide a price for each base bid item. This procurement will be awarded on the basis of Lowest Price Technically Acceptable (LPTA), in accordance with FAR 15.101-2. Award will be made on the basis of lowest evaluated price of proposals meeting or exceeding acceptability standards for non-cost factors. The technical proposal will be evaluated on a technically acceptable or unacceptable basis. The Offerors that meet or exceed the specified criteria will be deemed technically acceptable. Technical proposals will be evaluated on Past Performance, Construction Management and Schedule. In evaluating Past Performance, Construction Management and Schedule, all evaluation factors are of equal importance. The work is located at the Miami VA Medical Center. The Offeror shall furnish, and obtain any and all necessary licenses and/or permits required to perform this work in Miami, FL. There will be no public bid opening. The magnitude of this project is between between $500,000 and $1,000,000. The NAICS Code for this work is 236220. To be considered a small business under this code the SBA size standard must not exceed $33.5M. Small business subcontracting goals for this project are as follows: (a) 17.7% for Small Business (SB); (b) 5% Small Disadvantaged Business (SDB); (c) 3% Service-Disabled Veteran Owned Small Business (SDVOSB); (d) 5% Women-Owned Small Business (WOSB); (e) 3% HUBZone Small Business, and (f) 5% Veteran-Owned Small Business (VOSB). The solicitation package will be posted on FedBizOpps, which can be accessed at https://www.fbo.gov/. Documents will be available on or about March 25, 2011. A pre-proposal conference will be held on Friday, March 25, 2011, at 9:00 am - 11:00 am at the Miami VA Medical Center, Bldg. 1, 2nd Floor, Room 2E123 (Nursing Conference Room), 1201 NW 16th St, Miami, FL 33125. All offerors, consultants, subcontractors, manufacturers and suppliers are invited to attend. The offerors shall submit questions to the Contracting Officer but not later than April 8, 2011, at 4:30 pm Eastern time to Diane Campbell at Diane.Campbell@va.gov and Troy Waller at Troy.Waller@va.gov. The Government will respond to all questions on or about April 15, 2011, via an amendment on FedBizOpps. In the subject line of any e-Mail sent, identify: MIAMI VAMC HURRICANE LOUVERS. Proposals are due to the Contracting Officer by April 25, 2011, 2:00 PM Eastern Time (This date is subject to change based on issue date of actual solicitation). For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at https://www.fbo.gov/. The Government will not provide paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests, for the solicitation package will not be honored. Potential Offerors must be registered in CCR and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fedbizopps.gov, 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. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective offerors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. In addition, Offerors must complete the On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-866-606-8220 or register on-line at http://www.ccr.gov. To register with ORCA, you may go online at https://orca.bpn.gov. All offerors must ensure that their firms have the ability to provide 20% Bid Bonds, 100% Performance Bond, and 100% Payment Bond. Contract will be awarded SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0022/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0022 VA-101-11-RP-0022_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=182591&FileName=VA-101-11-RP-0022-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=182591&FileName=VA-101-11-RP-0022-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Miami VA Medical Center;1201 NW 16th St;Miami, FL
Zip Code: 33125
 
Record
SN02397776-W 20110312/110310234402-97097eed11fa61eb9c5d2518d28f6660 (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.