Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
DOCUMENT

Z -- IDIQ (JOC) GENERAL CONSTRUCTION OREGON AND SOUTHWEST WASHINGTON - Attachment

Notice Date
5/27/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN 20 Acquisition;5115 NE 82nd AVE Suite 203;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RP0612
 
Response Due
7/7/2011
 
Archive Date
7/27/2011
 
Point of Contact
Lorna Craig
 
E-Mail Address
2-9852<br
 
Small Business Set-Aside
Total Small Business
 
Description
SCOPE OF WORK: General Construction Job Order Contract. The Department of Veterans Affairs in Oregon and Southwest Washington has a requirement for a Mechanical, Electrical, Plumbing, and General Construction Firm Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract to furnish all labor, materials, equipment and supervision necessary to accomplish each Task Order. Task Orders will vary in size and dollar amounts. Task Orders will involve, but will not be limited to, carpentry, asphalt and concrete paving; roofing; excavation; interior renovation; carpet, window, and door installation; electrical; plumbing; painting and stucco; demolition; masonry; fire protection construction; telecommunications and HVAC. This contract shall not include medical facilities engineering support services, such as utility plant operation, custodial, grounds maintenance, and similar work. LOCATIONS: There will be two separate geographical locations. (1) Portland, OR and Vancouver, WA metro area. (2) Roseburg, OR/White City, OR area in Southern Oregon. A response time of two hours or less to emergency repairs is desirable. VA facilities are the Portland VA Medical Center (PVAMC) including the Vancouver Campus, Roseburg VA Medical Center (RVAMC), Southern Oregon Rehabilitation Center and Clinics (SORCC), and Oregon Community Based Outreach Clinics (CBOC). TASK ORDER CONTRACT: Task orders will be issued for individual projects. The period of performance will be stated on each task order and a project engineer assigned to each task order. The contracts will be issued for one (1) year with two (2) additional (1) year option periods or until the maximum is reached. Individual Task Orders shall not exceed $300,000 and shall not be less than $2,000. The minimum guaranteed value is $10,000. The maximum of each award is $3,000,000. There will be more than one IDIQ Contract awarded. PRICING: A unit price book to be utilized for this JOC is RS means with a co-efficient. The offerors will provide their coefficient factor to include all costs other than direct labor, material and equipment and bonding. The overhead and profit shall be in the form of a decimal fraction. For example 1.15 is 15%. SET ASIDE: NAICS Code is 236220 and the small business size standard is $33.5 million. This requirement is set aside for small business. Among qualified offerors award will be made in the following order of priority Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) followed by Woman-Owned, HUBzone and 8a small businesses. Offerors who are other than small business shall not be considered. It is expected that awards in the Portland/Vancouver metro area will be to SDVOSB and VOSB based on market research. SDVOSB/VOSB: The apparently successful offeror, unless currently listed as verified in the Vendor Information Pages (VIP) at: www.vetbiz.gov database, shall submit to Department of Veterans Affairs' (VA) Center for Veterans Enterprise (CVE) within five business days of receipt of written notice of its status as the apparently successful offeror. Contract cannot be awarded until CVE verification is in place. EVALUATION: The IDIQ Task Order contracts will be evaluated and awarded based on best value. Technical and past performance will be significantly more important than price. Hold all questions until the solicitation is posted. Solicitation is expected to be posted on or about June 13, 2011. Questions must be submitted in writing; telephone questions will not be responded to.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d33105aa54b2757a0f9d23361045381e)
 
Document(s)
Attachment
 
File Name: VA-260-11-RP-0612 VA-260-11-RP-0612_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204637&FileName=VA-260-11-RP-0612-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=204637&FileName=VA-260-11-RP-0612-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02459328-W 20110529/110527234450-d33105aa54b2757a0f9d23361045381e (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.