Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
DOCUMENT

Y -- REPLACE OVERHEAD PAGING SYSTEM AT BALTIMORE - Attachment

Notice Date
2/7/2014
 
Notice Type
Attachment
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000; Bldg. 101B, Room 10;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24514B0080
 
Response Due
3/24/2014
 
Archive Date
7/1/2014
 
Point of Contact
Bernadette L. Farnan
 
E-Mail Address
Contract Specialist
(bernadette.farnan@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS. VISN 5 Network Contracting anticipates the award of a firm-fixed-price contract for Project 512-12-112, Replace Overhead Paging System - Construction Phase at VAMHCS, Baltimore, Maryland 21201. Contractor will be responsible to provide all labor, equipment, materials, and supervision to replace overhead paging system at Baltimore VA Medical Center per drawings and specifications. Work includes necessary paging system equipment removal and disposal, as well as installation, programming, commissioning, and training of new paging systems. All work shall be performed in strict compliance with the VA Specifications. After award of contract, two sets of specifications and drawings will be furnished. Employee Identification and Security Clearance will be required for all contractor employees. Proper identification will be required (valid citizen and non-citizen ID cards, valid passport, or naturalization papers) to go through the required access for VA Medical Center. The applicable North American Industry Classification System Code for this procurement is 811213. To be considered a small business under this code the SBA size standard must not exceed $10.0 Million. The construction cost range for the project is between $500,000 and $1,000,000. The Invitation for Bids will be issued on or about February 22, 2014. All information for this solicitation will be posted on FedBizOpps http://www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. The solicitation will be issued pursuant to the authority of Public Law 109-461, 38 U.S.C. 8127 and 8128. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. Potential bidders MUST register at FedBizOpps www.fedbizopps.gov in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps website. Interested parties shall have current registration and current annual Representations and Certifications in the System for Award Management (SAM) database at https://www.sam.gov/prtal/public/SAM/ at the time of submission. All interested parties MUST be certified in the VetBiz Vendor Information Pages at vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) firm at the time of submission. You may register in VIP at http://vip.vetbiz.gov. SDVOSB firms that submit bids on SDVOSB set-asides that are NOT listed on VIP will be deemed NONRESPONSIVE. All Bidders/Offerors shall submit with their bid the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information shall be obtained from the bidder's/offeror's insurance company and be furnished on the insurance carrier's letterhead. Self insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Failure to affirm being within the guidelines above or submit this information at time of bid will be deemed NONRESPONSIVE. The Contracting Officer for this procurement is Bernadette L. Farnan, 410-642-2411, X5671, email: bernadette.farnan@va.gov. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds. Award of contract will be SUBJECT TO THE AVAILABLITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24514B0080/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-B-0080 VA245-14-B-0080 - Presolicitation Notice.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1197942&FileName=VA245-14-B-0080-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1197942&FileName=VA245-14-B-0080-000.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: VA Medical Center;10 N. Greene Street;Baltimore, Maryland
Zip Code: 21201
 
Record
SN03283899-W 20140209/140207235411-086e2889d866f02e0ca4359d2d8e8894 (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.