Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
DOCUMENT

S -- Interior Painting/Maintenance Services for VAMC VISN 1 FACILITIES LOCATED IN THE STATES OF RI, MA, ME, VT, NH & CT - Attachment

Notice Date
1/19/2012
 
Notice Type
Attachment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24112I0312
 
Response Due
2/2/2012
 
Archive Date
4/2/2012
 
Point of Contact
Sandra Mosca
 
Small Business Set-Aside
N/A
 
Description
INTERIOR PAINTING MAINTENANCE SERVICES FOR RI, CT, MA, NH, ME ANDVT. 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 a Contractor to furnish all labor, materials, to include tools and apparatus, equipment, transportation, supervision, permits and disposal necessary to perform interior painting with surface preparations at the following locations identified below: VISN 1 VA Facilities: VAMC Providence, RI, Connecticut Health Care System facilities located in West Haven and Newington, CT, Boston which includes (Brockton/Jamaica Plain and West Roxbury Campuses) Bedford and Central Western, MA, Togus, Maine, Manchester, NH and White River Junction, VT. The work shall include interior painting for hospitals, buildings, structures and other real property leased by the Government at the discretion of the Contracting Officer. Properties located on the grounds at each facility and off campus relate to both a clinical and administrative environment conducive to precautions with Infection Control Procedures when applicable. For properties off-campus, the contractor shall be cognizant that these locations reside in different cities and towns for each state above and will be identified when required in each statement of work. Therefore, the off-site locations and addresses will not be that of the actual facility and will require contractors to determine their capabilities to be able to provide services for more than one city/town in each state. The contractor when required shall move and return to original position any work around obstructions to include, but not be limited to furniture, storage racks, file cabinets, desks, chairs, wall decor, etc. and as identified at the discretion of the Contracting Officer's Technical Representative (COTR). The contractor shall paint interior designated areas to include but not be limited to walls, ceilings, hallways, corridors, doors, structures and surfaces for both on-site and off-site locations with requirements provided in each Statement of Work. All contractors with interest meeting the requirements identified in this notice should submit the attached area of consideration with their response. Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required to submit a response under this sources sought synopsis. The intent of the project is to award a Multiple-Award Indefinite-Delivery Indefinite-Quantity Contract for interior painting/maintenance services for the geographical locations identified above. The work to be performed will involve Painting and Wall Covering Contractors only. The NAICS Code is 238320 and the size standard is $14.0 Million, the Federal Supply Classification Code is S299 - Other Housekeeping Services. All contract work shall be completed through individual Firm Fixed Price (FFP) task orders awarded for each requirement in accordance to the statement of work. Each task order will be priced individually and will include its own wage determination in accordance with the Service Contract Act. The term of the IDIQ Contract may be a Base Year 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 certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Registration may be accomplished at http://www.vip.vetbiz.gov/. ***** All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in CCR to be eligible for award of Government contracts. 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 for painting requirements to include 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 intention of registration prior to submission of offers to a solicitation; (4) include socio-economic status to identify business as being an SDVOSB, VOSB, SB, Woman Owned, etc. (5) completed area of consideration form; and (5) any other pertinent company documentation. (6) The return of the form for areas of consideration on pages 4 & 5 of this document shall be included with the information needed above. ***** The response date to this Sources Sought notice is February 2, 2012 at 11:00 am. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via Sandra.Mosca@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). 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. AREAS OF CONSIDERATION FOR PAINTING SERVICES, RI, CT, MA, ME, NH & VT - SOURCES SOUGHT NOTE: INTERESTED PARTIES MUST INDICATE AREAS OF CONSIDERATION BELOW AND RETURN BY February 2, 2012 @ 11:00 am. LOCATIONS INTERESTED IN CONSIDERATION VA Medical Center Providence 830 Chalkstone Avenue Providence, RI 02908 ( ) Interested in Consideration for this location VA CT Healthcare System - includes the following locations: West Haven Campus 950 Campbell Avenue West Haven, CT 06516 Newington Campus 555 Willard Street Newington, CT 06111 ( ) Interested in Consideration for this location VA Medical Center - Boston to include Brockton, Jamaica Plain and West Roxbury Campuses Brockton 940 Belmont Street Brockton, MA 02301 Jamaica Plain 150 South Huntington Avenue Jamaica Plain, MA 02130 West Roxbury 1400 VFW Parkway West Roxbury, MA 02132 ( ) Interested in Consideration for this location VA Medical Center - Bedford 200 Springs Road Bedford, MA 01730( ) Interested in Consideration for this location VA Medical Center - Central Western 421 North Main Street Leeds, MA 01053( ) Interested in Consideration for this location VA Medical Center - Manchester 718 Smyth Road Manchester, NH 03104 ( ) Interested in Consideration for this location VA Medical Center - Togus 1 VA Center Augusta, ME 04330( ) Interested in Consideration for this location VA Medical Center - White River Junction 215 North Main Street White River Junction, VT 05001 ( ) Interested in Consideration for this location ** These locations above do not include off-site locations addresses - therefore, please consider the capability to provide services for each city, town and county for each State, more than one state can be selected ** If respondents to this Sources Sought have the capabilities to provide services for the areas within VISN1 to include the addresses above and the map below this page which breaks-down the off-site locations please check every box in the above table. Off-Site Locations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24112I0312/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-I-0312 VA241-12-I-0312.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289375&FileName=VA241-12-I-0312-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289375&FileName=VA241-12-I-0312-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02657255-W 20120121/120119234430-7e9d0bba80d168fa182c95b76c4fe4da (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.