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

Y -- Major Construction Project Seismic Renovate Building 86 - Attachment

Notice Date
1/31/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);400 Mare Island Way, Suite 100;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
36C10F18R0473
 
Response Due
2/28/2018
 
Archive Date
6/7/2018
 
Point of Contact
Ashok Singh (Ash)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice The Department of Veterans Affairs (VA), Office of Construction and Facilities Management, West Region, Vallejo CA., is issuing a Pre-Solicitation Notice for a Two-Phase Design-Build construction project in accordance with FAR Subpart 36.3, Solicitation Number: 36C10F-18-R-0473 for Seismic Renovate Building 86 at 77 Wainwright Drive, VA Medical Center, Walla Walla WA, 99362. This procurement shall be 100 % Total Small Business set aside concerns, pursuant to the set-aside authority contained in 13 CFR 125 and FAR Part 19. The Offeror must be a Design Build Team/General Construction Company (DB C/T) with an approved NAICS Code 236220, Size Standard $36.5 million. The magnitude of construction cost for this project is between $10M to $20M. A Project Labor Agreement (PLA) will not be required for this project. The DB C/T shall provide all labor, materials, tools, equipment, and design-build services necessary for design and construction of Seismic Renovation of Building 86 in accordance with RFP documents for Jonathan M. Wainwright Memorial at VA Medical Center, Walla Walla, WA. This construction project shall be LEED Silver Certified or with LEED Silver standards incorporated in design and accepted to prior approval before construction document production. The project will be accomplished utilizing the VA Program Guide (PG-18-15), A/E Submission Instructions as well as the design guide which can be located at https://www.cfm.va.gov/TIL/index.asp The DB C/T shall provide design and construction services for the project described within the RFP document. Such services include but are not limited to: surveys, assessments, technical studies, technical reports, analyses, permits, design, development of construction documents, technical expertise, labor, materials, tools, equipment and all services that are deemed necessaries for the proper design and construction of the project including limited historical building preservation along with archaeological artifacts and sites. Work shall be completed within 720 calendar days from the receipt of Notice to Proceed, which includes design completion and acceptance. NOTICE TO GENERAL CONTRACTORS: The offeror must be registered in the System for Acquisition Management database at https://www.sam.gov and have a DUNS Number to download documents prior to award. Firms claiming SDVOSB or VOSB status must be registered and verified at https://www.vip.vetbiz.gov/ SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents at https://www.fbo.gov/ which will be available on or about February 22, 2018. By registering at website http://www.fbo.gov the Offerors will have access to downloading drawings, plans, specifications and amendments, which will be available in electronic format and will be notified by email of any amendments that have been issued. All solicitation related notification and amendments will be provided via SAM.gov website. Potential Offerors are advised that they are responsible for obtaining any and all solicitation related materials and amendments. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds at or above construction cost magnitude. In addition, the Offerors will be required to submit a bid guarantee at the time of proposal submission. The proposals shall be submitted in Two Phase Phase I and Phase II, and it will be evaluated utilizing the Best Value, Trade -Off method in accordance with FAR Part 15. All Offerors are advised that government will award a firm fixed price contract with or without discussion under governments discretion. The point of contact for this announcement is Ashok (Ash) Singh via email ashok.singh@va.gov with the following in subject line: 36C10F-18-R-0473, Seismic Renovate Building 86, Walla Walla VAMC, Company Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/36C10F18R0473/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10F18R0473 36C10F18R0473_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4055090&FileName=36C10F18R0473-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4055090&FileName=36C10F18R0473-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04805489-W 20180202/180131231254-fc68e88125a9fb2a9ca6a87d1379e682 (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.