Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
DOCUMENT

Y -- Lebanon Construction Project - Attachment

Notice Date
11/20/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Lebanon VAMC;Acquisitions (Bldg 19);1700 South Lincoln Ave;Lebanon PA 17042-7529
 
ZIP Code
17042-7529
 
Solicitation Number
VA24413R0113
 
Response Due
4/12/2012
 
Archive Date
5/12/2012
 
Point of Contact
Ricky Clark
 
E-Mail Address
ment
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE only. This notice is a market survey for the VA Medical Center in Lebanon, Pennsylvania. This government agency is in search of qualified, technically capable Service-disabled Veteran Owned Small Business and Veteran-Owned Small businesses concerns for a pending requirement. It is being presented to determine if there are two (2) or more capable Small Businesses that can perform the requirements for an anticipated Multiple Award Construction Task Order (MATOC) for construction, maintenance and repair of assets at the VA Medical Center. Responses to this notice will be used for information and planning purposes only. No proposals are being requested or accepted with this notice. All capable Small Businesses should respond with relevant information as indicated below in order to assist the Government in determining in accordance with (IAW) Federal Acquisition Regulation (FAR) 19.502-2(b) if a set aside is required. If sources are identified, this requirement will be set aside as IAW VAAR Part 819. All respondents to this notice are further advised that all solicited concerns will have their ownership/control verified through the Vendor Information Pages Database at URL: http://www.VetBiz.gov before a contract is awarded. The anticipated contract will include a base year plus four (4) option years and will be awarded as a Multiple Award Task Order Contract (MATOC). It is expected that there will be a minimum of eight (8) base contracts using the NAICS Codes shown below. Typical work includes, but is not limited to: interior and exterior renovations and alterations, electrical, plumbing, mechanical, heating and air-conditioning, HVAC Controls, fire suppression, and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt, paving, storm drainage, limited environmental remediation, construction of new facilities, demolition, surveys, design/build and other related work. Projects will principally be design/bid/build type from already completed designs, or projects specified by a statement of work using the VA Master Specifications which may or may not include design build. Because of the number of NAICS Codes incorporated some offering may include some design/build projects and other may not. Accordingly, the award of design/build task order will be restricted to companies having a past performance and technical capabilities for performing design/build projects. Contractor can qualify for a base contract without submitting a proposal for a design/build project. The value for each Task Order is a minimum of $3,000 and maximum of $5,000,000. The maximum value of any Task Order shall not exceed $33.5 million over the life of the contract. The total contract value is anticipated to have an aggregate total this will not exceed $60 million. If no task order project is awarded the $3,000 minimum value for a one (1) task order will be paid to the holder of a base contract. The minimum fee will only be paid if the awarded contractor continues to submit valid proposals - competes for, but is not awarded a task order throughout the life of the contract. If a contractor is not awarded all option years as a result of a contractor failing to submit proposals or as a result of poor past performance on previous task orders, the contractor will not be entitled to the minimum guarantee. The Government reserves the right to issue additional solicitations and award construction contracts within the activities covered by the proposed MATOC contracts to contractors other than those awarded a contract under this solicitation. This is not a requirements contract. Each task order will be individually priced and have its own wage determination. It is anticipated that this requirement will be procured in accordance with FAR Part 15 & 36 and will utilize a Tradeoff strategy with Past Performance and Technical Capability being weighted equally and when combined will be considered significantly more important than price. The government expects this strategy to ensure that a Best Value Acquisition is obtained for this requirement. Each Task Order will be competed individually based on the assigned NAICS for a requirement. All concerns with awarded contracts for the MATOC will compete for the requirement. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards are as follows: Electrical Contractors and Other Wiring Installation Contractors $14.0 M 238210 Plumbing, Heating, and Air-Conditioning Contractors $14.0 M 238220 Highway, Street, and Bridge Construction $33.5 M 237310 Power and Communication Line and Related Structures Construction $33.5 M 237130 Commercial and Institutional Building Construction $33.5 M 236220 Site Preparation Contractors $14.0 M 238910 As required by FAR 36.104 (b)(1), all concern will ensure that all new construction, major renovation, or repair and alteration of Federal buildings complies with the Guiding Principles for Federal Leadership in High-Performance and Sustainable Buildings (see: http://www.wbdg.org/pdfs/hpsb_guidance.pdf) Responses to this notice should include the following: Offeror's company name, DUNS, address, point of contact, title, phone number and email address. Please forward information regarding the offeror's capability to meet this requirement and any pertinent information which demonstrates the firm's ability to meet the above requirement; naming relevant NAICS for which the offeror is registered as a small business. Information regarding your firm's capacity, capability, and past experience to provide such services are to be submitted electronically on or before 04 December 2012 prior to 4:00 pm (EST) addressed to Ricky Clark, Contract Specialist: ricky.clark@va.gov. Phone: 717-727-6621 X3896. Please submit relevant information on your firm's letterhead as an email attachment. The information requested should be submitted in.pdf format, not to exceed two (2) pages in length. All submissions should clearly identify the applicable socioeconomic status (i.e. Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB). Please include relevant information to include information showing performance of prior design completion on projects similar in size, scope and magnitude for the NAICS Code associated with the business concerns capability. Please ensure the following format for each submission: Subject Line: Sources Sought Response Lebanon Construction MATOC Facsimile or telephonic responses will not be accepted. Simply responding as an "interested party" in www.fbo.gov doesn't constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, the request for the offeror's proposal package will be available with 60-90 days. The announcement may be published on the GPE as required by FAR 5.203. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice. All interested parties are reminded to be registered with Central Contractor Registration (CCR) at http://www.ccr.gov in order to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA24413R0113/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-R-0113 VA244-13-R-0113.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=531233&FileName=VA244-13-R-0113-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=531233&FileName=VA244-13-R-0113-000.docx

 
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;1700 South Lincoln Ave;Lebanon, PA
Zip Code: 17042-7549
 
Record
SN02934657-W 20121122/121120234626-085f060038bfe56c7ce204286ef069f4 (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.