Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2007 FBO #2068
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE FOR MARKER GRID SUPPORTSYSTEM AT TOGUS NATIONAL CEMETERY, TOGUS, MAINETOGUS, MAINE - VOSB

Notice Date
7/24/2007
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-786A-07-RI-0067
 
Response Due
8/17/2007
 
Archive Date
10/16/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONSTRUCTION SUPPORT DIVISION (41D3B) 810 VERMONT AVE., NW WASHINGTON, DC 20420 PHONE: (202) 565-4220 FAX: (202) 565-4211 TO: VETERAN OWNED SMALL BUSINESSES SUBJ: POTENTIAL ACQUISITION OPPORTUNITY - CONSTRUCTION PROJECT AT THE TOGUS NATIONAL CEMETERY, TOGUS, MAINE This e-mail message is being sent to all Veteran-Owned Small Businesses (VOSBs) registered in the Vendor Information Pages (VIP) at the Vetbiz.gov web portal (www.vip.vetbiz.gov/default.asp), and VOSBs registered in the Central Contractor Registration (CCR) database (www.ccr.gov), with North American Industry Classification System (NAICS) Code 237990. Please e-mail your response to this message to Lenora Stephens at Lenora.stephens@va.gov, tel (202) 565-4229, or to diane.campbell@va.gov, Ph. (202) 565-4220, by no later than 2:00 p.m., EST, Friday, August 17, 2007. Public Law 109-461 mandates that 7 percent of all Federal procurement dollars be spent with VOSBs and that first preference be given to SDVOSB and VOSB before using other sources of supply to fulfill contract requirements. In an effort to enhance opportunities for VOSBs and increase the U.S. Department of Veterans Affairs (VA) accomplishments in this important socioeconomic category, VA's National Cemetery Administration is performing preliminary market research to gauge the level of interest and capabilities of VOSBs with regards to an upcoming acquisition for Construction Services at the Togus National Cemetery in Togus, Maine. The findings of the preliminary market research will be used in considering a 100% set aside for VOSBs, pursuant to the set-aside authority under PL 109-461, FAR 19.1405, VAAR 813.202, 819-7005 and 819.7006. NAICS code for this acquisition is 237990. The Size Standard is $31.0 Million. The magnitude of this project is between $2,000,000 and $5,000,000. Project is subject to the availability of funds. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide all labor, materials, equipment and supervision to construct a Marker Grid Support System in accordance with the contract specifications and drawings that will be provided. The contract performance period will be for a base year (October 1, 2007 through September 30, 2008) plus 4 option years to be exercised unilaterally, at the option of the government. Work includes, but is not limited to: clearing and grubbing of vegetation, excavation and backfill, marker identification tagging, existing concrete collar demolition and disposal, marker removal, marker re-installation with leveling sand, marker cleaning, concrete foundation, concrete-precast marker support block, turf restoration/installation of new sod, and irrigation. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if this acquisition may be set-aside exclusively for competition among VOSBs. Please review the specifications and technical requirements carefully before responding to this e-mail. If the question is not applicable, please indicate "N/A" in your reply to that question (If there is insufficient space on this ad, you may use a separate sheet of paper for your responses): (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a Federal prime contractor, provided construction services for projects of similar size and scope as described in the brief description of project above? Reply (1): Yes_________ No____________ (2) If your response to question (1), above, is yes, please provide the period covered by the contract, the contracting agency name, address and telephone number of the contracting officer, and whether your firm performed as a prime contractor or as a subcontractor. If performance was a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. Reply (2): (3) Please list all current contracts and amount of bonding provided for each contract. Reply (3): (4) If your responses to (1), (2) or (3) above is in the affirmative, please provide the prices paid to your firm by the Federal Government or the Federal Government's prime contractor for construction services. If services were performed by your company for a commercial contractor, please indicate prices paid to your firm by the company. Reply (4): (5) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided construction services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. If any bonding was provided, what was the amount of bonding? Please include any information relevant to any potential difficulties you note with complying fully with the Statement of Work and specifications. Reply (5): (6) In order to determine if an acquisition can be set-aside for VOSBs, the contracting officer must determine that there are a sufficient number of VOSBs capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firms individual and aggregate contract bonding capacity. Reply (6): Individual Bonding Capacity: ___________________ Aggregate Bonding Capacity: ___________________ (7) If your firm, either individually or as a formal joint venture or under a formal teaming arrangement, has held a Federal contract please provide the following information (if there are more than three such contracts, please provide the information for the three most recently completed acquisitions): (a) Contracting Agency Address & contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion (c) Description of Items/Services provided under the contract. (d) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. Reply (7): (8) Please provide references from those customers that have an ongoing relationship with your firm, the construction services purchased by these customers, and the estimated value and magnitude of these contractual arrangements (9) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. Reply (9): (10) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration? Reply (10): Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the construction services requested, no later than August 17, 2007 to Lenora Stephens at Lenora.stephens@va.gov, Ph. (202) 565-4229, or to diane.campbell@va.gov, Ph. (202) 565-4220. Fax Ph. (202) 565-4211. Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this construction project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Although responses are not required, the information will be helpful in assisting this office, as VOSB advocates, in trying to influence the acquisition strategy for the construction project in Togus, Maine by ensuring maximum practicable opportunities for VOSBs. This is NOT a solicitation and should not be construed as such. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a VOSB set-aside or VOSB sole source award, or any other guarantee of award or acquisition strategy. Thank you for your time in responding to this e-mail, as well as for your service and sacrifice in the preservation of freedom.
 
Place of Performance
Address: TOGUS NATIONAL CEMETERY;TOGUS, ME
Zip Code: 04330
Country: USA
 
Record
SN01350424-W 20070726/070724220827 (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.