Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
DOCUMENT

X -- Lincoln, NE Choice Act Lease Amendment #6 - Attachment

Notice Date
5/3/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 I Street NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10115R0122
 
Response Due
5/19/2017
 
Archive Date
8/26/2017
 
Point of Contact
Daniel Marshall
 
E-Mail Address
5th
 
Small Business Set-Aside
Total Small Business
 
Description
Lessor _______ Gov t. ________ Page 1 of 5 Page _____ of _____ May 3, 2017 AMENDMENT 6 SFO # VA101-15-R-0122 LINCOLN, NE PART I BASIC SOLICITATION REQUIREMENTS SECTION 1.7 HOW TO OFFER The fourth paragraph has been amended to reflect the update to Contracting Officer for this procurement: All original offers, including all required documents, must be submitted to VA, with a copy to VA s broker, at the following addresses: Hong Hitchings Contracting Officer Department of Veterans Affairs Office of Facilities Acquisition (003C4) 425 I Street, NW, Room 6E505I Washington, DC 20001 Email: hong.hitchings@va.gov With a copy to VA s Broker Dan Marshall Project Manager ISI Professional Services 1201 15th Street, NW, Suite 200 Washington, DC 20005 Phone: (202) 263-0881 Email: dmarsh@isiwdc.com SECTION 1.7.1 DOCUMENTS TO SUBMIT WITH OFFER The following has been deleted from the list of submittal requirements: Additionally, one (1) hard copy of drawing and renderings shall be provided to ISI Professional Services. SECTION 1.9.1 BID BOND The following language has been added to end of this section: The Guarantor of the Bid Bond or ILC must be the legal offering entity for Solicitation #VA101-15-R-0122. SECTION 1.9.3 BOND PREMIUM ADJUSTMENT (JAN 2008) - The following section has been added to Section 1.9, as follows: When net changes in original contract price affect the premium of a Corporate Surety Bond by $5 or more, the Government, in determining the basis for final settlement, will provide for bond premium adjustment computed at the rate shown in the bond. SECTION 1.10 DAVIS BACON WAGES This section has been deleted in its entirety and replaced with the following: The wages to be paid during performance under this lease contract must conform to the Department of Labor s General Wage Decision No. NE170058, dated April 21, 2017, and as may be amended during the period of construction of the leased premises. A copy of the standards is provided in PART VII of this Solicitation. It is the Lessor s responsibility to obtain and maintain the most current rates. SECTION 1.17 APPLICABLE LAW - This paragraph has been deleted in its entirety and replaced with the following: Any provision in this Lease that purports to assign liability or require expenditure of funds to the Lessor shall be governed by the provisions of the Contract Disputes Act of 1978, 41 USC 7101-7109, Anti-Deficiency Act, 31 USC 1341, and the Federal Tort Claims Act, 28 USC 2671 et seq. SECTION 1.21 52.233-2 SERVICE OF PROTEST - This following section has been added: 52.233-2 SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hong Hitchings Contracting Officer Department of Veterans Affairs Office of Facilities Acquisition, (003C4) 425 I Street, NW, Room 6E505I Washington, DC 20001 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) SECTION 1.22 52.233-3 -- PROTEST AFTER AWARD - This following section has been added: 52.233-3 -- PROTEST AFTER AWARD As prescribed in 33.106(b), insert the following clause: Protest after Award (Aug. 1996) (a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor s cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (e) The Government s rights to terminate this contract at any time are not affected by action taken under this clause. (f) If, as the result of the Contractor s intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or 33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government. (End of Clause) SECTION 10.7 SUBMITTALS - This section has been deleted in its entirety and replaced with the following: Offeror shall submit drawings and specifications on discs (CD-Rom as specified in Paragraph 1.7.1). NOTE 1: Failure to provide drawings and specifications in accordance with the requirements above may cause the offer to be deemed unacceptable and rejected accordingly. NOTE2: The conceptual floor diagram provided by VA as a part of this Solicitation is intended to convey desired floor locations and adjacency relationships of the main components of the program. The interior layout and footprint of the building may vary as a result of actual site conditions and building design development. The number and location of doors will vary as the Offeror develops detailed plans. The conceptual diagram also shows rooms dedicated to building services. The size and location of these rooms will vary as the Offeror develops detailed plans. It is the Offeror s responsibility to design the building to comply with applicable Building Codes and ordinances. Offerors are advised that rent payment will not be made for delivered space that is in excess of the maximum NUSF solicited. NOTE 3: All drawings shall be prepared per VHA National CAD Standard Application Guide, available on the VA Technical Information Library (TIL) website at http://www.cfm.va.gov/til/projReq.asp. Drawings shall be on Architectural E-size sheets (30x42 inches). Title blocks shall identify the Offeror and shall include Solicitation Number, CMOP Name, and Location. Drawings shall be organized by discipline and shall include the following minimum information. SECTION 10.7.5 COLOR RENDERINGS This section has been deleted in its entirety and replaced with the following: Submit a minimum of two color renderings of perspective views to communicate the design concept and materials. Submit at least one exterior view illustrating building massing, exterior materials and colors, fenestration, and relationship to context. Submit at least one interior view to illustrate approach to the interior design concept, materials, colors, and integration with wayfinding. Renderings shall be submitted electronically on the Technical CD. SECTION 10.8 DESIGN CONCEPT: SUBMISSION WITH OFFER - This section has been deleted in its entirety and replaced with the following: Offeror shall submit design concept materials with other technical submittals on discs (CD Rom as specified in Paragraph 1.7.1) of drawings and specifications with the following minimum information. Materials shall be organized and tabbed to follow the outline in paragraphs 10.8.1 through 10.8.12 below. Identify each CD ROM with Offeror s information, solicitation number, CMOP name, and location. Each set shall contain all volumes. SECTION 10.9 CALCULATIONS: SUBMISSION WITH OFFER This section has been deleted in its entirety and replaced with the following: This information will be used to evaluate the " Quality of Building and Design Concept" factor as referenced in Paragraph 2.3.1. Offeror shall submit calculations with other technical submittals on discs (CD Rom as specified in Paragraph 1.7.1). Materials shall be organized and tabbed to follow the outline in Paragraphs 10.9.1 through 10.9.3 below. Identify each CD ROM with Offeror s information, solicitation number, CMOP name, and location. Each set shall contain all volumes. PART VIII FORMS The form(s) listed below has been added to this section. Please ensure your response includes the revised, updated form below: Pt 08X--FAR 52.204-8 Annual Reps and Certs END OF AMENDMENT Signed May 3, 2017 Acknowledgement of Receipt Amendment #6 - VA101-15-R-0122; Lincoln, NE 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/VA10115R0122/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0122 VA101-15-R-0122_12.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468631&FileName=VA101-15-R-0122-075.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468631&FileName=VA101-15-R-0122-075.docx

 
File Name: VA101-15-R-0122 Pt 07--Labor Standards Provisions Updated 04-21-17.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468632&FileName=VA101-15-R-0122-076.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468632&FileName=VA101-15-R-0122-076.pdf

 
File Name: VA101-15-R-0122 Pt 08X--FAR 52.204-8 Annual Reps and Certs.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468634&FileName=VA101-15-R-0122-077.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468634&FileName=VA101-15-R-0122-077.pdf

 
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: Office of Real Property
Zip Code: 20001
 
Record
SN04493927-W 20170505/170503234416-304db4b3904af80fd06566211be9cc45 (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.