Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
DOCUMENT

Y -- Phase 2 Gravesite Development Tahoma National Cemetery Kent, Washington - Attachment

Notice Date
10/3/2011
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);425 I Street, NW 6th Floor 6E411A;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10111RP0182
 
Response Due
12/5/2011
 
Archive Date
3/13/2012
 
Point of Contact
DEREK UNDERWOOD
 
E-Mail Address
KLIPFEL<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management has set-aside for 100% Small Business, Solicitation Number VA-101-11-RP-0182 for construction services at the Tahoma National Cemetery Phase 2 Gravesite Development in Kent, Washington. The Small Business must be a General Construction company with an approved NAICS Code 237990, Size Standard $33.5 million and bonding capacity. The Small Business contractor shall provide all labor, materials, transportation, supervision, supplies and tools necessary for the construction of approximately 9083 pre-placed concrete crypts, 301 traditional gravesites, 15075 niche columbarium, 4186 in-ground cremains and 728 memorial markers. The project will develop approximately 15 acres to include access roads; committal shelters; memorial walls; infrastructure repairs; new roads and parking. In addition, landscaping and sustainable irrigations systems will be installed and 5 acres of unused burial sections with the existing cemetery will be converted to use for pre-placed crypts. The estimated cost for this project is $20,000,000-$50,000,000 with a completion period of 730 calendar days after the issuance of the notice to proceed. The applicable North American Industry Classification System (NAICS) is 237990 and the small business size standard is $33.5 Million. The approximate Construction Duration will be 730 calendar days. NOTICE TO PRIME (GENERAL) CONTRACTORS: The Small Business must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov prior to award. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, which will be available on or about October 18, 2011. By registering at FedBizOpps (http://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The 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.fbo.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. PRE-PROPOSAL CONFERENCE: A Pre-Proposal conference will be held 9:00AM PST on November 3, 2011, at the Maintenance Complex located within the Tahoma National Cemetery, 18600 Southeast 240th Street, Kent, Washington 98042-4868. A site visit will be conducted immediately following the Pre-Proposal conference. The offerors shall submit questions to the Contracting Officer but not later than November 7, 2011, at 4:30PM EDT. The government will respond to all questions not later than November 14, 2011, via an amendment to the solicitation. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposals will be evaluated and award made utilizing the Best Value method per FAR Part 15. Award will be based upon the lowest priced, technically acceptable offer. Offerors are advised award may be made without discussion. Proposals are due to the Contracting Officer by 2:00PM Eastern Standard Time on December 5, 2011. If you have any questions, please contact Derek Underwood at 202-632-5648 or email Derek.Underwood2@va.gov. In the subject line of any e-Mail sent, identify: TAHOMA NATIONAL CEMETERY VA-101-11-RP-0182.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0182/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0182 VA-101-11-RP-0182.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264336&FileName=VA-101-11-RP-0182-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264336&FileName=VA-101-11-RP-0182-000.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: Tahoma National Cemetery;18600 Southeast 240th Street;Kent, Washington
Zip Code: 98042-4868
 
Record
SN02600610-W 20111005/111003234440-f6bc454ef76e3cbbceddf4bf4ccf4ea3 (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.