Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
DOCUMENT

Y -- SAN JOAQUIN VALLEY NATIONAL CEMETERY PRE-PLACED CRYPTS IN SECTION 21 PROJECT NUMBER 913CM3012 THIS SOURCES SOUGHT NOTICE IS LIMITED TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES - Attachment

Notice Date
9/24/2015
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA786A15N0064
 
Response Due
10/5/2015
 
Archive Date
10/20/2015
 
Point of Contact
DANA IVEY
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT NOTICE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS PURPOSE: SAN JOAQUIN VALLEY NATIONAL CEMETERY - PRE-PLACED CRYPTS IN SECTION 21 PROJECT In an effort to enhance opportunities for Service Disabled Veteran Owned Small Business (SDVOSB) and increase the US 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 SDVOSBs with regards to an upcoming acquisition for Construction Services at the San Joaquin Valley National Cemetery in Santa Nella, CA. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSBs, pursuant to the set-aside authority contained in Public Law 109-461. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This sources sought is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this notice. BACKGROUND: The Department of Veterans Affairs, National Cemetery Administration anticipates awarding a one-time, two -hundred and seventy day, Firm-Fixed Price (FFP) construction contract with a total contract capacity estimated between $5,000,000.00 and $10,000,000.00. No solicitation document exists at this time. The anticipated solicitation release date is currently unavailable. A synopsis will be posted for at least 15 calendar days prior to the response deadline. The general scope of work is as follows - The construction project provided under this contract will include but is not limited to: ITEM 1, GENERAL CONSTRUCTION: Provide all labor, materials, tools and equipment for installation of all work shown on the plans and described in the specifications. Work includes but is not limited to: Site clearing and demolition including tree removal; excavation/overexcavation, earth moving and site preparation; installation of 4,000 precast double depth concrete crypts; installation of gravel roadway, curb and gutter; utilities; finish grading; planting and certain other items ITEM 2: The Contractor shall submit as a separate bid item, the fabrication, transportation, receipt, and off-loading of 4,000 pre-cast double depth concrete crypts including 20 extra lids, that are to be installed under ITEM 1. One Add Alternate: Asphalt instead of Gravel roadway, curb and gutter. The description above is not all encompassing and is subject to change. The U.S. Small Businesses under NAICS 237990, entitled Other Heavy and Civil Engineering Construction, which has a Small Business Administration (SBA) size standard of $36.5 Million, are requested to respond to this sources sought notice. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. REQUESTED INFORMATION: 1. Is your firm considered, in accordance with Federal Acquisition Regulation (FAR) Part 19, considered a Service Disabled Veteran Owned Small Business (SDVOSB) based upon North American Industry Classification System code 237990- Other Heavy and Civil Engineering Construction? 2. State your firm's name, address, DUNS or CAGE, and primary point of contact to include phone number and email. 3. Provide a capabilities statement which describes your firm's in-house capabilities to accomplish the general scope of work. 4. List any projects similar to the above stated work that is equal or greater than $5,000,000.00 that you have completed in the past 5 years. 5. What is the dollar amount of the minimum bounding level your firm would require in order to submit a proposal for this work? 6. Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, provided construction services for projects of similar size and scope as described in the brief description of project above including design-build? If yes, please provide the following information on your three most recent projects: (a) Contracting agency address and contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? If you were a subcontractor provide the company name, telephone number, and a point of contact of the prime contractor. (d) Description of items/services provided under the contract. (e) If any bonding was provided, what was the amount of bonding? (f) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (g) 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. 7. Provide a positive statement of your interest in submitting a proposal as a prime contractor to the Federal Government based on the general scope of work description above. All interested contractors SHALL be registered in the System for Award Management (SAM) database at https://www.sam.gov and Vendor Information Pages (VIP) at Vetbiz.gov web portal https://www.vip.vetbiz.gov/default.asp. Documentation supporting your veteran's status shall be submitted with your package. You must indicate if you are responding as a Service Disabled Veteran Owned Business (SDVOSB) / Veteran Owned Small Business (VOSB), or both. REQUIRED RESPONSES: Your review of this information and response to the following questions will be used in determining if this acquisition may be set-aside exclusively for SDVOSBs. Please review the specifications and technical requirements carefully before responding to this notice. If the question is not applicable, please indicate "N/A" in your reply to that question. Questions regarding this notice must be received via email to Dana Ivey at dana.ivey@va.gov, by 12:00 P.M. Eastern time on September 29, 2015. PHONE CALLS WILL NOT BE ACCEPTED. The email must state the following in the subject line: SAN JOAQUIN VALLEY NATIONAL CEMETERY - PRE-PLACED CRYPTS IN SECTION 21 PROJECT (SOURCES SOUGHT) Please submit your information via email to Dana Ivey, Contract Specialist, dana.ivey@va.gov no later than 12:00 P.M. Eastern time on October 5, 2015. 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 DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA Additional Info: Contracting Office Address: Department of Veteran Affairs, National Cemetery Administration (43C2), 425 I Street, NW, Washington, DC 20001 Place of Performance: The contract is intended to satisfy requirements at San Joaquin Valley National Cemetery, located at 32053 West McCabe Road, Santa Nella, CA 95322. Point of Contact(s): Dana Ivey, Contract Specialist, dana.ivey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A15N0064/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-15-N-0064 VA786A-15-N-0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338005&FileName=VA786A-15-N-0064-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338005&FileName=VA786A-15-N-0064-000.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: SAN JOAQUIN VALLEY NATIONAL CEMETERY;32053 WEST MCCABE ROAD;SANTA NELLA, CA
Zip Code: 95322
 
Record
SN03902189-W 20150926/150924235819-4d0513e7c87d9eb83ed93e73b11b84ad (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.