Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
DOCUMENT

Y -- Asbestos and Lead Abatement for VAMC RI, MA, NH, CT, ME, and VT - Attachment

Notice Date
1/10/2012
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24112R0290
 
Response Due
1/25/2011
 
Archive Date
3/26/2011
 
Point of Contact
Karla Rotondo
 
E-Mail Address
59-4760x1558<br
 
Small Business Set-Aside
N/A
 
Description
IDIQ Multiple Award Asbestos and Lead Abatement for VISN 1 (New England). THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 has a requirement for on-going facilities asbestos and lead abatement, for the following VISN 1 VA Facilities: VAMC Providence, RI; VA Connecticut Health Care System facilities located in West Haven and Newington, CT; VAMC White River Junction, VA; VAMC Manchester, NH; VAMC Togus, ME; VAMC Bedford, MA; VA Boston Healthcare System facilities located in Brockton, Jamaica Plain, and West Roxbury, MA. Interested parties meeting the requirements of this notice should submit the attached area of consideration with their response. Limitations on Subcontracting, the prime contractor must perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The intent of the project is to award Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) asbestos and lead abatement contracts to include the areas identified above. The types of work to be performed will be Asbestos and Lead Abatement. Remediation construction contractors have a size standard of $14.0 million in average annual receipts; the applicable NAICS code is 562910. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The term of the IDIQ Multi-Award Contract may be a one-year Base Period from date of award, with four (4) one (1) year options to extend. Each task order will have its own completion date established. This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must be verified by the Center for Veteran Enterprises upon submission of a proposal in accordance with VAAR 804.1102 in order to be eligible. An active registration in CCR is also required. Registration is available at www.ccr.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about February 15, 2012. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of asbestos and lead abatement (including references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company documentation; (5) completed area of consideration form with copies of licenses in the states identified as interest for consideration; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is January 25, 2012, at 4:00 pm. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are required via Karla.Rotondo@va.gov. Subject line relating to this sources sought must read "VA241-12-R-0290 - ASBESTOS IDIQ SOURCES SOUGHT RESPONSE". Should any firms interested in responding to this solicitation not be able to open the attachment for the area of consideration, please send an email to Karla.Rotondo@va.gov - subject title must read "Send area of consideration - Asbestos IDIQ". RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24112R0290/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-R-0290 VA241-12-R-0290.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=286752&FileName=VA241-12-R-0290-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=286752&FileName=VA241-12-R-0290-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02652235-W 20120112/120110235011-743d359f67e73ef9b2db5bb8ab997f68 (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.