Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
DOCUMENT

Z -- NCO 1 Asbestos Abatement Multiple Award IDIQ for VA Medical - Attachment

Notice Date
11/1/2012
 
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
VA24113R0011
 
Response Due
11/29/2012
 
Archive Date
2/27/2013
 
Point of Contact
Karla Rotondo
 
E-Mail Address
59-4760x1558<br
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 intends to issue a Request for Proposal (RFP) for Construction and Service Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts for asbestos abatement throughout VISN 1. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This is a Small Business Set Aside with Veteran Preference. The government anticipates award of a minimum of eight (8) individual MATOC contracts for VISN 1, providing sufficient qualified contractors present offers. Awards will be made to Small Businesses providing sufficient qualified contractors present offers. The small business size standard is $14.0 million (NAICS 562910) average annual revenue for the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Task Order will range from $2,000.00 to $1,000,000.00. The total of individual task orders placed against this contract shall not exceed $10,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of Seed/Prototypical Project(s). Prospective offerors must submit a written past performance and technical proposal and a price proposal for the seed/prototypical project(s) to be considered for award. The seed/prototypical project(s) will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about December 1, 2012. Site visits for the seed/prototypical projects will be announced in the Solicitation. Details for registering for the site visit will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about January 2, 2013. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov/. Interested offerors must be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Additionally, Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) must be verified by the Center for Veterans Enterprises (CVE) at the time of submission of an offer in order to be considered responsive and eligible for Veterans Preference. Visit www.vip.vetbiz.gov for details. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to Karla.Rotondo@va.gov. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24113R0011/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-13-R-0011 VA241-13-R-0011 PRE SOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=515643&FileName=VA241-13-R-0011-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=515643&FileName=VA241-13-R-0011-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02922995-W 20121103/121101234639-71adf3d0c3b7e099967edc566cb54bf0 (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.