Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2015 FBO #5143
DOCUMENT

Y -- Danville, NRM 809-16-102, Asphalt Pavement Patching and Brick Headwall Repairs - Attachment

Notice Date
12/21/2015
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78616Q0069
 
Response Due
1/22/2016
 
Archive Date
3/22/2016
 
Point of Contact
Katherine E Iacovelli
 
E-Mail Address
8-7231<br
 
Small Business Set-Aside
Total Small Business
 
Description
The National Cemetery Administration is soliciting offers under Solicitation No. VA786-16-Q-0069 for the following services at Danville National Cemetery in Danville, IL: A.The Contractor: Shall furnish all labor, material, tools, equipment, and supervision required to provide asphalt pavement patching to the access roads. The contactor shall sawcut, remove and dispose of the excavated material, compact the existing stone base, apply tack coat and place bituminous binder course and bituminous surface course as described herein. B.The Contractor: The contractor shall also furnish all labor, materials, tools, equipment and supervision required to repair/tuckpoint the brick headwall, repair/replace the eroded areas of rip-rap including the underlying fill and geotextile fabric as well as replace/construct the concrete curb section at the toe of the slope all described herein. Work shall last no more than 45 days The Magnitude of Construction: Between $25,000 and $100,000. A bid guarantee is not required. A performance bond is required as Contractor chooses in FAR 52.228-13. Work shall be performed in strict accordance with all terms, conditions, specifications, schedules and drawings. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation and any pertinent Federal and OSHA Occupational and Safety regulations. There will be one organized site visit, please see solicitation for further information Meet COR Rudi Shelton at the Danville Administration Building. If you are planning to conduct a site visit/inspection not during the scheduled site visit YOU MUST CONTACT the COR to make arrangements. However, no one with be available for a tour or to answer any questions. All questions before and after the site visit shall be submitted in writing to the Contract Officer (CO) at Katherine.Iacovelli@va.gov. Bidders are urged and expected to inspect the site where work is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after award. Proposals will be evaluated and award will be made to the responsive, responsible offeror with the lowest priced technically acceptable proposal as per FAR Part 15. There are no tradeoffs. Proposals will be evaluated for acceptability, but not ranked using non-cost/price factors. Factors that will be evaluated to determine technical acceptability are past performance, risk and price. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Price will be evaluated on the basis of its realism and acceptability to the Government. This procurement will be set aside using a Cascading Set-Aside Procedure. The Government will award at the highest possible tier. The tiers will be as follows: 1st tier- SDVOSB 2nd tier- VOSB 3rd tier- All other small businesses Further information regarding this procedure is contained within the solicitation. The NAICS Code is 237310. Size standard is $36.5 Million. Electronic solicitations will be available for download from http://www.fbo.gov on or about December 30, 2015 Responses to the solicitation are due by noon Eastern Time on 1/22/2015. Any amendments to the solicitation will also be available at www.fbo.gov. Offerors are advised they are responsible for obtaining any amendments. Information shall be submitted in the manner requested in FURTHER INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined non-responsive and removed from further consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78616Q0069/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-16-Q-0069 VA786-16-Q-0069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2476494&FileName=VA786-16-Q-0069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2476494&FileName=VA786-16-Q-0069-000.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: Danville National Cemetery;1900 East Main St;Danville
Zip Code: 61832
 
Record
SN03974898-W 20151223/151221234331-0a8662d0cf4447fbb021f63e5fd2442f (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.