Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOURCES SOUGHT

93 -- MANUFACTGURE AND DELIVER 2,100 DOUBLW LAWNCONCRETE CRYPTS TO THE SARASOTA VA NATIONALCEMETERY, SARASOTA, FLORIDA.

Notice Date
8/16/2007
 
Notice Type
Sources Sought
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Centralized Contracting Division (41D3A);5105 Russell Road;Quantico VA 22134-3903
 
ZIP Code
22134-3903
 
Solicitation Number
VA-786-07-RI-0255
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Sarasota VA National Cemetery Sources Sought Notice DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION (NCA) CENTRALIZED CONTRACTING DIVISION (41D3A) 5105 RUSSELL ROAD QUANTICO, VA 22134 PHONE: 703-441-4012 FAX: 703-441-7025 AUGUST 16, 2007 TO: VETERAN OWNED SMALL BUSINESSES SUBJ: POTENTIAL ACQUISITION OPPORTUNITY - MANUFACTURE AND DELIVER 2,100 DOUBLE LAWN CONCRETE CRYPTS AT THE SARASOTA VA NATIONAL CEMETERY, SARASOTA, FLORIDA 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 237390. Please e-mail your response to this message to Gregory Hanks, no later than 2:00 p.m., EST, Friday, August 31, 2007, at the following address: michael.hannum@mail.va.gov or fax your response to 703-441-4012. Please reference VA-786A-06-RI-0102 as the subject of your response. Public Law 106-50, the Veterans Entrepreneurship and Small Business Development Act of 1999 established a statutory Government-wide goal that 3 percent of all Federal procurement dollars be spent with VOSBs. 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 to manufacture and deliver 2,100 dbl lawn concrete crypts at the Sarasota VA National Cemetery in Sarasota, Florida. The findings of the preliminary market research will be used in considering a 100% set aside for VOSBs, pursuant to the set-aside authority contained in Public Law 108-183, the Veterans Benefits Act of 2003, as implemented in Federal Acquisition Regulation (FAR) Subpart 19.5. NAICS code for this acquisition is 327390. The Size Standard is 500 employees. The magnitude of this project is between $500,000.00 and $1,000,000.00. Project is subject to the availability of funds. BRIEF DESCRIPTION OF PROJECT: Concrete Pre-caster to manufacture and deliver 2,100 dbl lawn concrete crypts in accordance to all specification requirements. Concrete Pre-caster required to off-load crypts from trucks, provide and install wooden crypt supports, and place crypts on said cribbing at VA designated area of the Sarasota National Cemetery located at intersection of Florida State Hwy 72 and Saddle Creek Trail, Sarasota FL. Crypts to meet all requirements and conform to specification 03410, which includes crypt testing, Self Consolidated Concrete (SCC) with fiber, and National Pre-cast Concrete Association (NPCA) affiliation for quality assurance. The 2,100 dbl lawn crypts shall consist of 190 perimeter crypts with remaining interior crypts. Performance period is 60 calendar days from date of receipt of Notice To Proceed. NOTE(S): 1. Bids will include alternate deducts that are sequenced as per NCA priority, and are cumulative. Refer to bid documents for instructions. 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: (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided construction services for projects of similar size and scope (Government or commercial) within the last three years as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: (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) If any bonding was provided, what was the amount of bonding? (e) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (f) 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. (2) 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 firm's individual and aggregate contract bonding capacity. (3) 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. (4) 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? Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the construction services requested, no later than August 31, 2007 to Gregory Hanks at Gregory.hanks@va.gov. 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 pre-cast crypt project in Florida 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 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: SARASOTA VA NATIONAL CEMETERY;FLORIDA STATE HWY 72 AND SADDLE CREEK TRAIL;SARASOTA, FLORIDA
Zip Code: 34241
Country: US
 
Record
SN01374895-W 20070818/070816221124 (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.