Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
DOCUMENT

Y -- 662-14-309-Replace/Repair Elevators Campus Wide Phase 2 - Attachment

Notice Date
4/1/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121-1545
 
ZIP Code
94121-1545
 
Solicitation Number
VA26116R0135
 
Response Due
4/12/2016
 
Archive Date
7/20/2016
 
Point of Contact
Karen Smith
 
E-Mail Address
0-2163<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR REPAIR/REPLACE OF ELEVATORS AT VA SAN FRANCISCO HEALTH CARE SYSTEM. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5M. Project magnitude is between $10,000,000 and $20,000,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services Project 662-14-309, Repair/Replace Elevators for Bldgs. 203, 208, 2, and 209. The project will be located at VA San Francisco Health Care System Facility at San Francisco Campus, CA. The intention of this project will be to: The Government anticipates issuing a Single Award Task Order Contract (SATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a magnitude between $10,000,000 and $20,000,000 for repair/replacement of elevators in four (4) buildings at VA San Francisco Health Care System, specifically Bldg. 203, 208, 209, and 2. The intent of this project is to provide all labor and materials needed to perform all demolition, renovation, upgrade, replacement, installation, finishes, electrical, security, structural, environmental, and commissioning of the elevators within the specified facility. Bldg. 203 has six elevators, Bldg. 208 has 2 elevators, Bldg. 209 has 2 elevators, and Bldg. 2 has 3 elevators. A separate task order will be issued for each building and cover all elevators within the specified building. Magnitude of each task order is between $1,000,000 and $5,000,000 Each task order will have its own period of performance for the specified building. If multiple task orders are issued, concurrent performance is required. Separate performance and payment bonds are required for each task order. The Government requests that interested parties provide the following capability information to the Contracting Officer, Karen Smith by email at: karen.smith3@va.gov by close of business April 12, 2016: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (d) DUNS number (e) Ability and experience in managing two (2) or more elevator replacement projects with concurrent performance valued between $1,000,000 and $5,000,000. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). (g) Anticipated Teaming Arrangements (if any) (h) List of Projects (Government and Commercial) that are similar is scope and size, including SF of project (i) Average price per square foot for each project identified under paragraph (h) above, using the total modified value of the contract Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA26116R0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-R-0135 VA261-16-R-0135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2650774&FileName=VA261-16-R-0135-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2650774&FileName=VA261-16-R-0135-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04070469-W 20160403/160401234502-abe626b632f98ed0ffd4a2bf7c7569f0 (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.