Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
DOCUMENT

X -- Charlotte Hall, MD Community Based Outpatient Clinic 17,741 Net Usable Square Feet Lease - Attachment

Notice Date
1/6/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;425 I Street, NW;Washington, DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10115R0022
 
Response Due
2/15/2017
 
Archive Date
5/25/2017
 
Point of Contact
Dan Marshall
 
E-Mail Address
ofessional
 
Small Business Set-Aside
Total Small Business
 
Description
Lessor _______ Gov t. ________ Page 1 of 3 Page _____ of _____ AMENDMENT # 1 - SFO # VA101-15-R-0022 Charlotte Hall, MD January 06, 2017 PART I BASIC SOLICITATION REQUIREMENTS SECTION 1.5 OFFER DUE This section has been deleted in its entirety and replaced with the following: Offers are due by February 15, 2017, 4:00 PM Eastern Time (ET), and must remain open until award. VA currently anticipates award on or before Winter 2018. Offers must remain open, and pricing must remain valid 60 calendar days from the date of award. A preproposal conference has been scheduled for Wednesday, January 18, 2017 at 1:00 PM ET at the Washington DC VAMC, 50 Irving ST NW, Washington DC 20422 in Conference Room 1B-105 in the Executive Suite. Interested parties will be responsible to submit initial questions to be addressed at the preproposal conference by January 9, 2017. Attendance at the preproposal conference is encouraged, but not required to submit an offer in response to the solicitation. After, the preproposal conference interested parties may submit any remaining questions in writing via email to the Contracting Officer, and copy ISI Professional Services at the contact information provided in paragraph 1.7 below. The final due time and date for questions submissions is 4:00PM Eastern on January 23, 2017. PART 9 CONCEPTUAL PLANS This section has been amended to include the following file: Filename: Charlotte Hall RVT.zip Below please find a link to the Revit files for the Charlotte Hall, MD procurement: https://isiwdc.sharepoint.com/extsharing/_layouts/15/guestaccess.aspx?folderid=182e66351e885447aa4976fbb1dc51d10&authkey=AYNoSr0IU3776uZOBDmexHA&expiration=2017-03-07T14:59:56.000Z Questions and Answers: The pre-proposal conference date (Jan 10), questions due date (Jan 16), offer due date (Feb 1) appears to be really short.  As many inside and outside of government are out for the holidays, use or lose vacation time, etc., business production is highly impeded until after the MLK holiday (Jan 16) and the inauguration (Jan 20).   Can the pre-proposal conference date, questions due date be postponed by two weeks and the  offer due date be extended to March 1, 2017? Answer: See Amendment #1 Is the anticipated award date Winter (12/21) of 2017 or 2018? Answer: The anticipated award date is Winter 2018. Has the NAICS Code changed again, and the small business size reduced? The Sources Sought Notice from the October 20, 2016 posting stated that This modified Sources Sought Notice changes the NAICS code from The NAICS Code is 531190 Lessors of Other Real Estate Property, and the small business size standard is $38.5 million. To The NAICS Code is 531120 Lessors of Nonresidential Buildings (except Miniwarehouses), and the size standard is $38.5 million. Additionally, the response date has changed to October 26, 2016. Firms, who already submitted capabilities statements including reports from SAM.gov showing size status under NAICS 531190 and NAICS 531120, do not have to resubmit. All interested parties, including Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, all other Small Businesses, and other than small businesses, who are capable of meeting the requirements are encouraged to submit capabilities statements for market research purposes.; The SFO states that the NAICS Code is 531120 and the size standard is $38.5 million. However, the SFO 3518 states (1) The North American Industry Classification System (NAICS) code for this acquisition is 531190. (2) The small business size standard is $20.5 Million in annual average gross revenue of the concern for the last 3 fiscal years. Answer: Per SFO Sections 2.4.4 and 10.4, for the purposes of this solicitation and resultant contract (lease), North American Industry Classification System (NAICS) codes is 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses). The small business size standard is $38.5 million. Under this classification, a concern is considered a small business if its average annual receipts for its preceding three (3) fiscal years do not exceed the size standard reflected. Prime and Joint Ventures submitting a proposal in response to this solicitation must meet the small business size standard. This also appears to be a Small Business set aside. However, the rule of two suggests that this should be a SDVOSB/VOSB set aside. Could you please clarify this? Answer: This is a Small Business Set-Aside procurement. I would like to postpone the pre-proposal conference.   If that cannot happen, is there a call-in number? Answer: There is not a call-in number for pre-proposal conference.   Information exchanged as a result of the conference will be made available to the public as soon as practical. Please confirm the time and place for the pre-bid conference. Answer: See Amendment #1 Are the CAD or Revit files available for Charlotte Hall? Answer: See Amendment #1 Is the preproposal still on for the 10th? If so, when/where? Answer: See Amendment #1 -----END---- END OF AMENDMENT Acknowledgement of Receipt Amendment #1 - VA101-15-R-0022; Charlotte Hall, MD Company______________________________________________________________________ Name_________________________________________________________________________ Title__________________________________________________________________________ Signature of Offeror____________________________________________Date________________________ Return and initial/sign this amendment with your Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0022/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0022 VA101-15-R-0022_9.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3197091&FileName=VA101-15-R-0022-055.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3197091&FileName=VA101-15-R-0022-055.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: U.S. Department of Veterans Affairs;Office of Construction and Facilities;Management (003C4A);425 I Street, NW;Washington, DC
Zip Code: 20001
 
Record
SN04365758-W 20170108/170106234235-5a4f796827a8d098e192deeb01629d43 (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.