Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
DOCUMENT

Y -- RENOVATION OF THE 9TH FLOOR OF BUILDING 1, MANHATTAN, NY Amendment to extend - Attachment

Notice Date
8/16/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);8380 Colesville Road Suite 420;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10113R0145
 
Response Due
9/16/2013
 
Archive Date
11/15/2013
 
Point of Contact
Ed Nicholson
 
E-Mail Address
holson@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS PRE SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSALS. The Department of Veterans Affairs Office Construction and Facilities Management (CFM) announces an opportunity for construction services for selective demolition, minor asbestos abatement and the complete renovation and construction on the 9th Floor as well as minor demolition, construction and asbestos abatement on the 8th and 10th floors of Building 1, Primary Care Clinic at the VA Medical Center (VAMC), located at 423 East 23rd Street, New York, NY 10010. Project performance will be conducted in New York County. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $33.5 million. The estimated Period of Performance for this project is 274 calendar days (nine months) from notice to proceed. The estimated cost of this project falls within the range of $10M and $20M. The government intends to award one (1) firm fixed price contract. This solicitation is not being advertised as a Small Business Set-Aside. This is a source selection procurement requiring both technical and price proposals. A qualified contractor will be selected using Lowest Price Technically Acceptable (LPTA) source selection procedure, in accordance with Part 15.101-2 of the FAR. Offerors will be evaluated against the non-cost technically factors and subfactors stated in the solicitation. A competitive range will be established and proposals found to be technically acceptable within the established competitive range will be considered for contract award. It is the Government's intention to award the project to the lowest-priced technically acceptable bidder meeting or exceeding the acceptability standards for non-cost factors and subfactors. The bidder must also meet the Government's standards of responsiveness and responsibility. However, the Government reserves the right to conduct negotiations if it is in the best interest to do so. The offeror understanding of the specific tasks described in the statement of Work (SOW) will be analyzed. The evaluation factors and subfactors include: Factor 1 - Corporate Project Experience (Healthcare) Factor 2 - Construction Management Factor 3 - Schedule Factor 4 - Small Disadvantage Business Participation Factor 5 - Past Performance Factor 6 - Cost All technical factors and subfactors are weighted equally and are evaluated on an acceptable/unacceptable basis. Any factors and subfactors that are rated unacceptable will result in the overall technical factor being determined unacceptable. Note: (1) The Government shall reject any proposal that is evaluated to be unrealistic in terms of the SOW and including contract terms and conditions. (2) The failure of a proposal to meet any of the evaluation factors stated in the solicitation will preclude award to the offeror submitting the proposal.(3) Offerors must be registered in the System for Award Management (SAM) database at www.sam.gov/portal/public/SAM by the solicitation due date in order to participate in this procurement. Description of Work: Demolition/asbestos abatement work includes select plumbing chases and select connections on the 8th, 9th and 10.th floors. Work includes coordination, scheduling and shutdown of all existing Mechanical/Electrical/Plumbing (MEP) services with VAMC in order to allow for demolition of plumbing chases, demolition of select mechanical, electrical and dumbwaiter shafts. New work includes Installation of new partitions, doors, hardware, ceilings, finishes, millwork, lighting, plumbing, fire protection, electrical, fire alarm, data, HVAC and associated controls. This new work also entails similar tasks in very limited areas of the 8th and 10th floors to support MEP systems, including a new Mechanical/Electrical Room (MER) and associated equipment on the 10th floor. The Contractor will be required to correct all deficiencies identified by the Government (or in its own quality control review) relating to the completeness or accuracy of the work, compliance with the contract, and compliance with any applicable laws or regulations. The services procured under this contract will conform to the quality requirements in the specification. Any Government furnished information relating to this acquisition will be distributed to parties after an award. Small Business Participation: This procurement is open to both large and small business concerns. Although this procurement is not set aside for small businesses, small firms including women-owned, minority-owned, HUBZone, service disabled veteran-owned small business and veteran owned small businesses are strongly encouraged to participate in this project. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunities to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). The VA acceptable FY 2013 subcontracting target goals are Small Business 17.5%, Veteran-Owned Small Business 5.0%, Service-Disabled Veteran-Owned Small Business 3.0%, Small Disadvantaged Business (including Section 8(a)) 5.0%, Women-Owned Small Business 5.0%, and Historically Underutilized Business Zone (HUBZone) Small Business 3.0%. An acceptable subcontracting plan must be reviewed and approved by the VA prior to award of this contract. Small businesses are not subject to this requirement. However, all firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local business participation. Contractors will submit a written narrative (limited to one (1) typed written page) along with their offerors that outlines their outreach efforts made to utilize local firms. Proposal Submission Requirements: The solicitation package will only be available electronically on August 16, 2013. Potential offerors will be responsible for downloading the solicitation and monitoring the website for possible amendments and/or additional information at https://www.fbo.gov/. The offer due date and time for receipt of proposals will be September 16, 2013 at 1:00 pm (EDT). Any questions regarding this notification should be directed to Ed Nicholson at Ed.Nicholson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113R0145/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-R-0145 VA101-13-R-0145_6.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=953646&FileName=VA101-13-R-0145-026.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=953646&FileName=VA101-13-R-0145-026.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: VA Medical Cenetr;423 East 23rd Avenue;New York, NY
Zip Code: 10010
 
Record
SN03151682-W 20130818/130816234356-4657f45271cfe30921a85ee945400ce6 (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.