Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
DOCUMENT

X -- Lincoln, NE Choice Act Lease - Attachment

Notice Date
12/22/2016
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C1E);425 I Street NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10115R0122
 
Response Due
2/10/2017
 
Archive Date
5/20/2017
 
Point of Contact
Dan Marshall
 
E-Mail Address
5th
 
Small Business Set-Aside
Total Small Business
 
Description
Lessor _______ Gov t. ________ Page 1 of 4 Page _____ of _____ December 22, 2016 AMENDMENT # 1 - SFO # VA101-15-R-0122 Lincoln, NE PART I BASIC SOLICITATION REQUIREMENTS SECTION 1.5 OFFER DUE This section has been deleted in its entirety and replaced with the following: Offers are due by February 10, 2017, 4:00 PM Eastern Time (ET), and must remain open until award. VA currently anticipates award on or before June 30, 2017. Offers must remain open, and pricing must remain valid, until 60 calendar days following award date. SECTION 2.3.4 FACTOR NO. 4 SOCIO-ECONOMIC STATUS- This section has been amended to remove any references to extra credit for Small Business status. This procurement is set-aside for Small Businesses. This factor does not have any individual sub-factors. For the purposes of this solicitation and resultant contract (lease), North American Industry Classification System (NAICS) codes is 531120. The small business size standard is $38.5 million. Under this classification, a concern is considered a small business if its average annual receipts for its preceding three (3) fiscal years do not exceed the size standard reflected. Prime and Joint Ventures submitting a proposal in response to this solicitation must meet the small business size standard. Eligible Service-Disabled Veteran-Owned Small Businesses or Veteran-Owned Small Businesses shall receive credit for their status. Service-Disabled Veteran-Owned Small Businesses will receive full credit for this evaluation criteria. Veteran-Owned Small Businesses will receive partial credit. SMALL BUSINESS Offerors must: Register and provide a DUNS Number validated in SAM.GOV Completed Representations and Certifications in SAM.GOV that have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation) Provide the SAM.GOV print out verifying offering entity s status for NAICS 531120 Provide SBA web print out showing registration or a signed acknowledgement of application from the Small Business Administration SDVOSB and VOSB Status as a Service-Disabled Veteran-Owned Small Business is determined in accordance with 13 CFR Parts 125.8 through 125.13. Additionally, the SDVOSB or VOSB evaluation criteria, the offeror MUST be registered and have an active status in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu/. Offerors must provide a copy of the Center for Veterans Enterprises (CVE) Verification letter at initial offer and with final revised proposals. The Offeror s DUNS must correspond to the DUNS in SAM.GOV. The core requirements for a company to become verified are: The Veteran owner(s) have direct, unconditional ownership of at least 51% of the company (38 CFR 74.3) and have full decision making authority (38 CFR 74.4 (g)); The Veteran manages the company on both a strategic policy and a day-to-day basis (38 CFR 74.4); The Veteran holds the highest officer position (38 CFR 74.4(c)(2)); The Veteran should be the highest compensated employee unless there is a logical explanation otherwise submitted by the Veteran as to how taking a lower salary than other employee(s) helps the business (38 CFR 74.4 (g) (3)); and The Veteran has the managerial experience of the extent and complexity needed to run the company. JOINT VENTURES For purposes of this solicitation a Joint Venture (JV) is a Partnership. An Offeror may submit a proposal in the form of a Joint Venture only if the existing Joint Venture has a corresponding DUNS Number in https://www.SAM.gov and all the proposal submission documents are in the name of the existing Joint Venture, not the individual partners of the Joint Venture. These include, but are not limited to: GSA Form 3518 GSA Form 1364A GSA Form 1217 Financial Resource Commitment Letters Offerors who are an existing Joint Venture may submit a proposal under this solicitation subject to the following conditions: The Joint Venture is registered in SAM.GOV and has a corresponding DUNS Number; The Joint Venture meets the definition of a Joint Venture for size determination purposes (FAR 19.101(7)(i)); The Joint Venture must meet the requirements of 13 CFR 125.15(b); The Joint Venture fills out and submits the Representations and Certifications in Section K; and, The Offeror must submit a complete copy of the Joint Venture agreement that established the relationship, disclosing the legal identity of each partner of the Joint Venture, the relationship between the partners, the form of ownership of each team member, any limitations on liability or authority for each partner, and a specific statement of what resources each partner provides the teaming arrangement. In addition, the existing Joint Venture must: Clearly identify the entities which make up the Joint Venture relationship, including disclosure of the primary point of contact for each of the partners; Disclose the member of the Joint Venture that is designated as the team lead, and clearly explain the specific duties/responsibilities of the team lead relative to the other members of the team and to the Government; Describe the specific duties/responsibilities of each partner of the team as they relate to each other and explain the specific duties/responsibilities that each team member will have for purposes of contract performance under this contract; and, Address the duration of the Joint Venture, including when it became effective, when it expires, and the basis for determination. If the Joint Venture meets the small business size determination (FAR19.101(7)(i)), each Joint Venture partner must be registered in SAM.GOV, have a corresponding DUNS Number, and provide the SAM.GOV print out verifying each entities status for NAICS 531120. A joint venture may be considered a Service-Disabled Veteran-Owned Small Business if: The Joint Venture is registered and verified in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu/. Offerors must provide a copy of the Center for Veterans Enterprises (CVE) Verification letter. The Offeror s DUNS must correspond to the DUNS in SAM.GOV. Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement The Joint Venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101; and The Joint Venture meets the requirements of 13 CFR 125.15(b) PART III SCHEDULE B Due to a calculation error (Section 4 Functional Room List - Cell J46), the Schedule B Special Requirements (Part 2 Excel file) has been deleted and replaced in its entirety. Filename: Pt 03B--Schedule B Lincoln - Revised 12-21-16 END OF AMENDMENT Acknowledgement of Receipt Amendment #1 - VA101-15-R-0122; Lincoln, NE Company______________________________________________________________________ Name_________________________________________________________________________ Title__________________________________________________________________________ Signature of Offeror____________________________________________Date________________________ Return and initial/sign this amendment with your Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0122/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0122 VA101-15-R-0122_7.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3178045&FileName=VA101-15-R-0122-066.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3178045&FileName=VA101-15-R-0122-066.docx

 
File Name: VA101-15-R-0122 Pt 03B--Schedule B Lincoln - Revised 12-21-16.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3178046&FileName=VA101-15-R-0122-067.xls)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3178046&FileName=VA101-15-R-0122-067.xls

 
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: Office of Construction Facilities Management
Zip Code: 20001
 
Record
SN04358616-W 20161224/161222234330-073b0198e430da376170883dff605f3d (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.