Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
DOCUMENT

Z -- Sources Sought - Attachment

Notice Date
1/31/2018
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018R0161
 
Response Due
2/9/2018
 
Archive Date
3/11/2018
 
Point of Contact
Matthew Wheeler
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 2 This is a Sources Sought Synopsis to conduct market research for developing a procurement strategy for maintenance activities with ancillary construction of low dollar magnitude at the following location: VA PUGET SOUND HEALTH CARE SYSTEM (663) Includes both Seattle and American Lake Facilities 1660 S. Columbian Way, Seattle, WA 98108-1597 9600 Veterans Drive, Tacoma, WA 98493 These facilities contain campus buildings listed as eligible for the National Historic Register. One Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) will be awarded for both of the facilities listed above for: Maintenance upkeep Servicing existing facilities Servicing roads Environmental activities such as: Asbestos abatement Lead based paint abatement Task Orders shall be based on individual projects. The majority of the task orders awarded under each SATOC will be between $15,000 and $75,000 with a task order ceiling of approximately $250,000 although, Contractors should have bonding capabilities in the range of $500,000. The NAICS codes for this procurement will be: 238290, Other Building Equipment Contractors, and the small business standard is $15 million. This procurement will be a total Service Disabled Veteran Owned Business (SDVOSB) set-aside, and only vetbiz.gov verified SDVOSB vendors should respond to this sources sought. In accordance with 5 CFR 351.203 Local commuting area is defined as the geographic area that usually constitutes one area for employment purposes. It includes any population center (or two or more neighboring ones) and the surrounding localities in which people live and can reasonably be expected to travel back and forth daily to their usual employment. It is anticipated that the contract performance period will include 1, one-year basic period, and 4, one-year option periods for a maximum contract life of 5 years should all options be exercised. This announcement is for planning purposes only and does not constitute a solicitation for competitive bids/proposals. This announcement is not to be construed as a commitment by the Department of Veterans Affairs.   No contract will be awarded from this announcement.   All interested parties who believe they can meet the requirements are invited to submit responses, via e-mail, to the attention of Matthew Wheeler, Contract Specialist, by email: matthew.wheeler@va.gov.   No telephone calls will be accepted.  Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 PM (Pacific Time) on February 16, 2018.   In order to be considered, you are requested to provide, at a minimum, the following information in your response and/or narrative: Company name, address and phone number. Company name, address, and phone number. Company DUNS number and point of contact with phone number and email address. Socio-Economic Category or Categories.   Business size (e.g. certified 8(a), small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (Hubzone) small business, service-disabled veteran-owned small business, or veteran-owned small business) to include any official teaming arrangements as a partnership or joint venture. Written confirmation your company intends to submit an offer. (Request you only respond if you have a genuine interest in the project and will definitely submit a bid/offer.) Company profile to include certified NAICS code it is registered for. Proof your company has received a contract, conducts business, or has bid on, similar work in the general locality of the project.. NOTE: Information provided will be held in strict confidence. No more than 5 standard 8 ˝ x11 pages with 1 inch margins on all sides and font no smaller than 10 pt. will be accepted. Comments will be shared with the Government and project management team. The Government will not reimburse responders for any cost associated with providing information in response to this announcement.    
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018R0161/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018R0161 36C26018R0161.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4055736&FileName=36C26018R0161-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4055736&FileName=36C26018R0161-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04805230-W 20180202/180131231105-eaf83639aeb2fafe2ef3d87dadf8e1f8 (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.