Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
DOCUMENT

C -- VISN 19 A/E IDIQ - Attachment

Notice Date
8/29/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Cheyenne VA Medical Center;ATTN: Lori A. Krohn;2360 East Pershing Blvd.;Cheyenne, Wyoming 82001
 
ZIP Code
82001
 
Solicitation Number
VA25911RP0113
 
Response Due
12/2/2011
 
Archive Date
3/1/2012
 
Point of Contact
Lori A. Krohn
 
E-Mail Address
rohn@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRESOLICIATION NOTICE - A REQUEST FOR PROPOSAL WILL BE POSTED NO LATER THAN OCTOBER 21, 2011 AT 4:00 PM (MST) - DO NOT CALL PRIOR TO READING THE REQUEST FOR PROPOSAL. Summary This 100% SDVOSB set-aside acquisition under NAICS 541330 is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract with task orders to be issued on an indefinite quantity, indefinite delivery basis for Engineering Services at various stations within the VISN 19 Healthcare System. The Government intends to award a minimum of three and a maximum of eight IDIQ contracts under this solicitation. After selection of qualified contractors under this planned acquisition, task orders will be issued on an as-needed and as-funded basis for projects at all stations within the VISN19 Rocky Mountain Region. These task orders will be for Engineering Services not to exceed $9,999,999.00 per task order. The total amount of individual task orders which may be placed against each IDIQ contract will not exceed $33,500,000.00 beginning with the base year of 2012 and running through the four option years beginning with FY 2013 and ending in 2016. The solicitation is estimated to be issued in mid-October, 2011 with contract awards estimated to be made at the end of Calendar Year 2011. Background The VHA VISN19 Healthcare Network is currently experiencing a lack of quick response capability to execute acquisitions for Medical Facility (MF) infrastructure funding. Executing these IDIQs should result in significantly reduced lead times for acquiring capable contractors to execute these MF projects at competitive pricing. Required Engineering Services and geographical region to be served The Contractor shall provide Engineering Services as listed under NAICS code 541330 Engineering Services - This industry comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. The task order projects will be performed at the VAMCs located in Denver, CO, Grand Junction, CO, Salt Lake City, UT, Fort Harrison, MT, Sheridan, WY and Cheyenne, WY. Contractors may perform services at any of these locations. Contractors will be provided a fair opportunity to compete for task orders at those locations checked within the dollar range indicated below, if they are awarded a contract. Offerors must state in their offers that they are willing to bid on and complete work for task orders for any of the VAMC locations list below if awarded an IDIQ contract. Cost The IDIQ contract will not be priced other than including a minimum task order amount to be determined. The total of this IDIQ will have a ceiling amount of $33,500,000 over the five year life (including four one-year options) of the contracts. Delivery or performance-period requirements The performance period for this contract is expected to begin upon award and continue for one calendar year thereafter. Four option years will also be included to be exercised as the VA deems necessary. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, prior to receiving an award of a contract under this SDVOSB set- aside. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RP0113/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RP-0113 VA-259-11-RP-0113.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244252&FileName=VA-259-11-RP-0113-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=244252&FileName=VA-259-11-RP-0113-000.doc

 
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: Department of Veterans Affairs;Cheyenne VA Medical Center;ATTN: Lori A. Krohn;2360 East Pershing Blvd.;Cheyenne, Wyoming
Zip Code: 82001
 
Record
SN02554003-W 20110831/110829235843-3c611b083bba1a51d83d4bba89935306 (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.