Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

Z -- NRM - NORTH ATLANTIC DISTRICT. Project #849-NRM17-12. Demolition and replacement services for sidewalks, curbing, driveways, and parking lots at the City Point National Cemetery. - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;425 I Street N.W., 5th Floor;Washington, D.C. 20001
 
ZIP Code
20001
 
Solicitation Number
VA78617Q0684
 
Response Due
9/1/2017
 
Archive Date
10/31/2017
 
Point of Contact
Anthony Q. Hawley
 
E-Mail Address
540-658-7211<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration (NCA) is soliciting offers under Request for Quote (RFQ) Number VA786-17-Q-0684 to provide demolition and replacement services for the City Point National Cemetery in accordance with the scope of work, contract drawings, and per applicable standards and requirements. This acquisition implements a 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The NAICS Code is 237310; Size Standard is $36.5 Million. Offers received from concerns that are not SDVOSBs shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Contractor shall furnish all labor, materials, equipment, and supplies necessary to perform the services entailed within the solicitation. COMPLETION TIME: Sixty (60) calendar days from the date of issuance of Notice to Proceed (NTP). Units and services shall be in accordance with the Statement of Work (SOW), Technical Specifications, and terms and conditions contained in the solicitation. Please see the SOW entailed within the solicitation for a complete breakdown of all required deliverables for this requirement. PRE-BID SITE VISIT: Potential offerors are urged and expected to inspect and investigate the performance site by observation. Offerors are also urged to submit Requests for Information (RFI) and responses to the Contracting Office to satisfy their understanding of the work to be completed as well as all general, local, and technical conditions that may affect the cost and feasibility of the proposal. In no event, shall failure to inspect the site constitute grounds for a claim after award. There is only one organized site visit: Wednesday, August 23, 2017 at 11:00 A.M. Eastern Standard Time (EST). The meeting location of the site visit shall be located at the cemetery s Administration Building. The Contracting Officer s Representative will be on site to answer any specific questions you may have pertaining to the performance of this requirement. If you are not able to be there at the scheduled time, you may do a self-guided visit at your convenience. There will be no Cemetery Personnel available at the time of your self-guided visit to show you around or answer any of your questions. You must call the COR to make sure he/she knows you are visiting the cemetery premises. Please do not ask the Cemetery Personnel any questions if you do a self-guided visit. CEMETERY DIRECTOR: Janice M. Hill TEL: (757) 723-7104 Janice.Hill@va.gov CONTRACTING OFFICER S REPRESENTATIVE (COR): Michael Lawrence TEL: (757) 723-7104 Michael.Lawrence2@va.gov NOTE: PLEASE DO NOT CONTACT THE COR VIA TELEPHONE OR EMAIL BEFORE OR AFTER THE SITE VISIT TO ASK ANY SOLICITATION/CONTRACT RELATED QUESTIONS. DIRECT ALL QUESTIONS TO THE CONTRACTING OFFICER. THE COR S CONTACT INFORMATION IS PROVIDED FOR THE SOLE PURPOSE OF SITE-VISIT PREPARATIONS. THE COR WILL ANSWER ALL YOUR SPECIFIC QUESTIONS DURING THE SITE-VISIT (NOT BEFORE OR AFTER). The Government intends to award a single, firm-fixed price contract to the responsible offeror whose offer is evaluated as the lowest-priced and technically acceptable (LPTA). The total price shall include all labor, travel expenses (if any), materials, overhead profit, insurance, and all other expenses necessary to provide the required services. No additional sums will be payable because any escalations in the cost of materials, equipment, or labor, or because of the Contractor s failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. The Government will award a contract resulting from this solicitation to the LPTA offeror. The following factors listed in descending order of importance will be used to evaluate offers: (1) Price, (2) Past Performance; and (3) Technical Capability. Technical Capability and Past Performance when combined are not more important than Price. However, PAST PERFORMANCE AND TECHNICAL CAPABILITY MUST BOTH BE SATISFACTORY FOR THE OFFER TO BE CONSIDERED TECHNICALLY ACCEPTABLE. SIMPLY HAVING THE LOWEST PRICED BID DOES NOT AUTOMATICALLY CONSTITUTE GROUNDS FOR CONTRACT AWARD. Bonding: The Government retains the right to ask for bonding (bid, performance, payment) if it is determined to be necessary to address Government concerns. In such cases, the Government will reimburse 100% of the bonding price. Failure to receive or qualify for bonding will result in removal from further consideration for award. The Experian Credit Report will be one of the tools used to determine if bonding should be required due to the business financial stress score/summary. The number of contracts outstanding will be another consideration in determining if bonding will be needed. Failure to obtain bonding within a reasonable time will result in withdrawal of award and discussion with the next best offer. If bonding is not required, the prime contractor is required to notify all subcontractors that there is no bonding on the contract. Reference FAR 52.228-16 Performance and Payment Bonds Other than construction. Electronic solicitations will be available for download from Federal Business Opportunities http://www.FedBizOpps.gov on or around August 11, 2017. Responses to the solicitation are due by 4:00 p.m. EST on or about September 01, 2017. The question and answering period commences on August 11, 2017 and concludes on August 28, 2017 by 5:00 p.m. EST. Email questions to anthony.hawley@va.gov. Offerors are advised that they are responsible for obtaining amendments to the solicitation which will be available at FedBizOpps. All proposals must be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login Section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal Domain prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered. No telephone requests will be accepted. Any questions should be sent via email to anthony.hawley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0684/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0684 VA786-17-Q-0684_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3729198&FileName=VA786-17-Q-0684-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3729198&FileName=VA786-17-Q-0684-000.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: Department of Veterans Affairs;City Point National Cemetery;Davis Street;Hopewell, VA
Zip Code: 23860
 
Record
SN04624127-W 20170813/170811231327-d1ef124e6f7ff5e3b78e456df7661ffe (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  © 1994-2020, Loren Data Corp.