Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
DOCUMENT

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Interior Repairs - Construction - Attachment

Notice Date
7/18/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe Boulevard;Houston TX 77030 4298
 
Solicitation Number
36C25618R0789
 
Response Due
9/6/2018
 
Archive Date
11/5/2018
 
Point of Contact
Tabitha K Contreras
 
E-Mail Address
4-7513<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES. The Michael E. DeBakey VA Medical Center (MEDVAMC) has a requirement for a construction Indefinite Delivery Indefinite Quantity (IDIQ) for Interior Repairs. All work shall be performed at the MEDVAMC located at 2002 Holcombe Boulevard, Houston, Texas 77030. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). At least 15 percent of the cost of the contract/task orders performance incurred for personnel shall be spent on the concern's employees or the employees of other eligible SDVOSB concerns. Additionally, this acquisition will be awarded in accordance with FAR Part 15.101-2 Lowest price technically acceptable source selection process. The evaluation factors and significant sub factors that establish acceptability will be set forth in the solicitation. Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the solicitation has been published. A Firm-Fixed Price construction contract award is anticipated. The dollar magnitude for this IDIQ is between $1,000,000 and $5,000,000. The individual task order dollar magnitudes will range between $2,000.00 and $500,000.00. North American Industrial Classification Standard (NAICS) code assigned to this IDIQ is 236220 with a small business size standard of $36.5 million in average annual receipts for the past three (3) years. Each construction project will be awarded by an individual task order issued against the IDIQ contract and specify work in support of real property maintenance, repair, alteration, and new construction. The contract requires a 1- hour response time during normal business hours to provide services needed to accomplish individual task order requirements. The task orders may include work in a variety of trades such as, but not limited to carpentry, ceiling and floor repair/replacement, electrical work, steam work, chilled water work, plumbing, sheet metal, painting, demolition, concrete masonry, welding, HVAC, Building Energy System (BES) Controls, and mechanical. A performance completion period shall be determined by the individual task orders and their associated Statement of Work. Contract may require contractor to perform multiple task orders simultaneously on occasion. Solicitation documents will be available electronically on or about July 26, 2018, on this website. Hard copies will not be mailed. The solicitation will be issued as a Request for Proposals (RFP). INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. A 90-day proposal acceptance period will be required. A Bid guarantee must be submitted with your proposal. Performance and Payment bonds will be required from the contractor receiving award. A pre-proposal conference is currently scheduled for August 3, 2018. The pre-proposal site visit date and time will be confirmed once the solicitation is published. Offerors shall be registered at the Vendor Information Pages (VIP) at https://www.vip.vetbiz.va.gov/, in System for Award Management (SAM) database at www.sam.gov, and have completed online Representations and Certifications at http://orca.bpn.gov prior to the solicitation due date. Offerors shall be registered with the NAICS code assigned to this acquisition in VIP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25618R0789/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0789 36C25618R0789.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491689&FileName=36C25618R0789-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4491689&FileName=36C25618R0789-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04996923-W 20180720/180718230955-b4baa968ab4b754a94f75c4171c89554 (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.