Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
DOCUMENT

Y -- Inpatient Wards Phase 1-17N and 8N at VAMC Manhattan NY - Attachment

Notice Date
4/24/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road Suite 420;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10114R0099
 
Response Due
7/9/2014
 
Archive Date
10/7/2014
 
Point of Contact
Teresa Ann Harris (Teresa.Harris@va.gov)
 
E-Mail Address
Teresa.Harris@va.gov
(Teresa.Harris@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management is issuing a Pre-Solicitation Notice for Solicitation Number VA101-14-R-0099, renovation of Inpatient Wards Phase 1-17N and 8N at the VAMC Manhattan, NY. The solicitation will be issued as a Request for Proposals which will result in a single firm fixed-price (FFP) construction contract. This procurement is UNRESTRICTED. The offeror must be a General Construction company with an approved NAICS Code 236220, Size Standard $33.5 million and bonding capacity. The Unrestricted Contractor shall provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary for the renovation of Inpatient Wards Phase1-17N and 8N in accordance with the RFP documents at the VAMC Manhattan, NY, campus. The desired improvements include providing single bed rooms with adjoining private bathroom which are Veteran-Centric and conform to current VA design standards. Support spaces and staff work areas are directly related to the wards are included in the scope. Work is to be completed within 270 calendar days of receipt of Notice to Proceed. The magnitude of construction cost for this project is between $10,000,000 and $20,000,000. A Project Labor Agreement (PLA) will not apply to this project. If a large business, offeror will be required to submit a Small Business Subcontracting Plan with goals based on percentage of total subcontracted dollars. The targeted goal percentages for this project are: Small Business - 45% Small Disadvantaged Business - 10% Women-Owned Small Business - 10% HUB Zone Small Business - 3% Service-Disabled Veteran-Owned Small Business - 20% and Veteran Owned Small Business 25%. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Protégé Agreements, Small Business Consortiums, and other innovative teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. NOTICE TO PRIME (GENERAL) CONTRACTORS: The UNRESTRICTED offeror must be registered in the System for Acquisition Management (SAM) database at https://www.sam.gov prior to award. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of the solicitation documents from FedBizOpps, which will be available on or about July 8, 2014. By registering at FedBizOpps (http://www.fedbizopps.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM a DUNS number to download documents. By registering for the Register to Receive Notification list at http://www.fedbizopps.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Pre-Proposal Conference: A pre-proposal conference will be held at a day and time to be determined. A site visit will be conducted immediately following the pre-proposal conference. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds for Phase II Solicitation. In addition, the Offerors will be required to submit a bid guarantee with their proposal. The Inpatient Ward Phase1-17N and 8N proposals will be evaluated and award made utilizing the Best Value, Trade-Off method per FAR Part 15. Offerors are advised award may be made without discussions. If you have any questions, please contact Teresa Harris at 240-494-2964 or email Teresa.Harris@va.gov. In the subject line of any e-Mail sent, identify: Inpatient Wards Phase1-17N and 8N, Solicitation Number VA101-14-R-0099, VAMC Manhattan Campus, NY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10114R0099/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-14-R-0099 VA101-14-R-0099_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327785&FileName=VA101-14-R-0099-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327785&FileName=VA101-14-R-0099-000.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: VAMC Manhattan Campus;423 East 23rd Street;New York, NY
Zip Code: 10010
 
Record
SN03348011-W 20140426/140424235159-1e01649fbbdd98065a2b68bc8088db33 (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.