Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
DOCUMENT

Y -- FT Custer National Cemetery Design Build 3,000 Pre-Placed Crypts - Attachment

Notice Date
4/7/2017
 
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
VA786A17R0042
 
Response Due
5/30/2017
 
Archive Date
7/29/2017
 
Point of Contact
Elizabeth Monohan
 
E-Mail Address
eth.Monohan@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS. The Department of Veterans Affairs (DVA), National Cemetery Administration (NCA), Contracting Service Office - Washington DC, intends to solicit a firm-fixed contract to provide design-build services that will provide 3,000 pre-placed crypts, landscaping, irrigation, drainage, site furnishings, signage and some construction, including sidewalks, and the necessary infrastructure for a functioning national crypt section. Work also includes providing environmental documentation for NEPA compliance that is necessary for the expansion project. The contractor shall adhere to NCA Design criteria on the VA Website Technical Information Library (TIL). The Master Specs are available on the TIL. See the RFP SOW. The construction documents must be approved before starting the construction work. The Request for Proposal (RFP) VA786A-17-R-0042, will be issued as Two-Phase Design-Build procurement in accordance with FAR Part 15 and 36.3. Proposals will be evaluated using the Best Value Continuum process in accordance with FAR 15.101-1 Best Value Tradeoff. The top three (3) scores will be determined as the most highly qualified Design-Build (DB) firms and will be short-listed to participate in Phase Two of the Design-Build selection process. Short-listed Offerors will be asked to submit both one technical and one price proposal based upon evaluation factors identified in the RFP. The technical and price proposal shall be submitted separately. SOLICITATION RELEASE: NCA anticipates the Phase I solicitation will be issued on or about May 2, 2017. The solicitation and associated documents will be available for inspection on the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. DESCRIPTION OF WORK: Contractor shall provide design-build services to completely prepare site for construction operations, including design-build services for demolition and removal of existing structures, alterations, grading, building construction, landscape walls, roads, curbs, signage, installation of pre-placed double depth concrete crypts, utilities (water fountain), storm drainage system, fencing (for construction), pedestrian paving, landscape planting and turf, site furnishings, electrical (as needed for irrigation controller), mechanical, irrigation. Certain other items such as the feasibility study for the development well and the establishment of a working well to supply the new irrigation and includes providing environmental documentation for NEPA compliance that is necessary for the expansion project. DVA anticipates issuing a solicitation for this requirement on or about May 2, 2017. Interested contractors will be responsible for downloading copies of the solicitation package, drawings, specifications and subsequent amendments. The Government will not provide paper copies of the solicitation. The solicitation will be issued pursuant to the authority of Public Law 109-461, 38 U.S.C. 8127 and 8128. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. The solicitation will provide instructions about the bid submission process. BIDDER S MAILING LIST: Prospective Offerors are encouraged to register their interest in the solicitation on the FBO website (https://www.fbo.gov) so that they are notified of the issuance of the solicitation and any amendments. Individual copies of the Bidder s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. MAGNITUDE OF CONSTRUCTION: Between $2,000,000 and $5,000,000. CONTRACT DURATION: Performance period for this requirement is Four Hundred Eighty (480) Calendar Days from date of receipt of the Notice to Proceed. NAICS Code is 237990 for Other Heavy and Civil Engineering Construction with a Small Business Size Standard of $36.5M. In accordance with FAR 52.204-7 and VAARS 804.1102 to be eligible for award prospective contractors must be registered in both System for Award Management (SAM) at https://www.sam.gov and in the VIP database, available at http://www.vip.vetbiz.gov Registration is free, however, processing time, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. The Contracting Specialist for this procurement is Elizabeth Monohan, (202) 632-5861, email: elizabeth.monohan@va.gov. All interested contractors must ensure that their firms have the ability to provide a bid guarantee and 100% Performance and Payment Bonds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCAVACO/VaNca101/VA786A17R0042/listing.html)
 
Document(s)
Attachment
 
File Name: VA786A-17-R-0042 VA786A-17-R-0042_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3400487&FileName=VA786A-17-R-0042-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3400487&FileName=VA786A-17-R-0042-000.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: Ft. Custer National Cemetery;15501 Dickman Road;Augusta MI
Zip Code: 49012
 
Record
SN04464863-W 20170409/170407234727-ceba8e58d2a51cc3b832c513933d656b (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.