Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
DOCUMENT

Y -- 583-18-3-650-0059 Project: 583-18-203 - Upgrade Parking Garage Safety nd 06.20.18 - Attachment

Notice Date
6/12/2018
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
36C25018B0805
 
Archive Date
9/10/2018
 
Point of Contact
Christopher Lee
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Veterans Administration Indianapolis, 8888 Keystone Ave, Indianapolis, IN 46240, Network Contracting Office (NCO) 10, intends to release an Invitation For Bid (IFB) 36C250-18-B-0805 for Project #583-18-650 entitled Upgrade Parking Garage Safety on or about June 30, 2018. Unless additional notice is given or this notice is modified, the full solicitation, specifications and drawings will be posted on Federal Business Opportunities (www.fbo.gov). All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov and www.sam.gov, to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to award date. The VIP database will be checked both upon receipt of an offer and prior to award. An offeror s mailing list will not be maintained, interested offerors should register in the interested vendors section of this notice. Offeror must be able to provide Safety or Environmental Violations and Experience Modification Rate prior to award of a Construction Contract, must have at a minimum certification of not more than three (3) serious, or one (1) repeat or one (1) willful OSHA or EPA violation(s) in the past three years, and a current Experience Modification Rate (EMR) equal to or less than 1.0. Details on obtaining and submitting this information will be in the solicitation package. Project magnitude is between $250,000.00 - $500,000.00. The NAICS code is 238990 and the business size standard is $15 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(c) (4), the SDVOSB is required to perform a minimum of 25% of the construction work on the project. Duration of the project shall not exceed 365 calendar days from receipt of the Notice to Proceed (NTP). BONDS in form of Offer, Payment and Performance will be required. SITE VISIT: a one-time only site visit will be scheduled and that information will be in the solicitation package. The solicitation documents will be posted at www.fbo.gov on or about June 15th, 2018, with proposal due date approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.fbo.gov so others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. An Offeror's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror s responsibility to register at the www.fbo.gov website. The Contracting Officer (CO) will not be able to answer any questions pertaining to this notice. Questions will only be answered that are received by Request for Information (RFI) after the solicitation and drawings have been posted to FBO. Do not contact the CO or COR for General Contractor Information. It is the responsibility of the Offeror to monitor and download amendments from FBO which may be issued to the solicitation. Do not contact the CO or COR to schedule a site investigation. Accepted final project shall be in accordance with final contract documents, applicable plans and specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25018B0805/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018B0805 36C25018B0805.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4382591&FileName=36C25018B0805-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4382591&FileName=36C25018B0805-000.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: Roudebush VA Medical Center;1481 W 10th St;Indianapolis, IN
Zip Code: 46202
 
Record
SN04952050-W 20180614/180612230554-790c1c0e386397482342440614e7dbe5 (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.