Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

Z -- Construction IDIQ Stations 502-520-629-667

Notice Date
3/14/2018
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
36C25618R0173
 
Response Due
7/1/2018
 
Archive Date
7/31/2018
 
Point of Contact
228-523-4371
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in accordance with Public Law 109-461 through Request for Proposals (RFP) procedures under FAR 15 and other FAR Parts and Subparts as applicable. The intent of this Pre-Solicitation Notice is award of Multiple Year, Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services. The tentative date for issuing the RFP is on or around April 16, 2018, with bids due approximately 30 calendar days later on-or-around May 18, 2018 (the RFP will state the exact time/date that bids are due). The anticipated contract award date is approximately 45 calendar days or less after receipt of bids. All work, including labor, materials, equipment, transportation, and supervision shall be provided. The Contracts will be for non-recurring maintenance, repair, and construction services (including new construction) for multiple locations within the South Central VA Health Care Network (VISN 16). The Government anticipates to award two or more contracts for each of the following four locations: LOCATION 1-ALEXANDRIA VA HEALTH CARE SYSTEM, which includes: Alexandria VA Medical Center Fort Polk VA Community Based Clinic 2495 Shreveport Hwy. 71 N 3353 University Parkway Pineville, LA 71360 Leesville, LA 71446 Jennings Community Based Outpatient Clinic Lafayette Community Based Outpatient Clinic 1907 Johnson St. 3149 Ambassador Caffery Parkway Jennings, LA 70546 Lafayette, LA 70501 Lake Charles Outpatient Clinic Natchitoches VA Clinic 3601 Gerstner Memorial Drive, Hwy 14 740 Keyser Avenue Lake Charles, LA 70606 Natchitoches, LA 71457 LOCATION 2-OVERTON BROOKS VA MEDICAL CENTER 510 E. Stoner Avenue Shreveport, LA 71101 LOCATION 3-SOUTHEAST LOUISIANA VETERANS HEALTH CARE SYSTEM, which includes: New Orleans VA Medical Center Hammond VA Outpatient Clinic 2400 Canal Street 1131 South Morrison Avenue New Orleans, LA 70119 Hammond, LA 70403 St. John VA Outpatient Clinic 247 Veterans Blvd. Reserve, LA 70084 LOCATION 4-VA GULF COAST VETERANS HEALTH CARE SYSTEM, which includes: Biloxi VA Medical Center Joint Ambulatory Care Center (JACC) 400 Veterans Avenue 790 Veterans Way Biloxi, MS 39531 Pensacola, FL 32507 Eglin Outpatient Clinic Panama City Beach Outpatient Clinic 100 Veterans Way 2600 Veterans Way (Magnolia Beach Road) Eglin AFB, FL 32542 Panama City Beach, FL 32408 NAICS Code 236220 is applicable to this RFP and the Small Business Size Standard is $36.5M. The Department of Veterans Affairs has a requirement for general contractors to perform non-recurring maintenance, repair and construction services (including new construction) at the above four locations in VISN 16. The Government anticipates that the acquisition will result in the award of two or more Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) construction contracts at each of the above four locations which will include a five-year base period and no option periods. The guaranteed minimum for each contract awarded is $500.00 for the total five-year contract period. Contract maximum will be $25,000,000.00 per contract over the life of each contract. The contract maximum is not a guaranteed amount. Minimum task order amount will be $2,000.00 (excluding the Minimum Order Guarantee of $500.00) and maximum task order amount will be $500,000.00. At time of award of the base contracts, a task order for $500.00 will be issued to each awardee and paid upon contractor s submission of approved Master Quality, Safety and Infection Control Plans to the Contracting Officer. This is not a solicitation for a requirements contract. Task Orders shall be based on individual projects and may be issued at any time during the contract period. Interested offerors are asked to please first read over the RFP and all of its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP. Site visits will not be held for the RFP but will be held for individual task order requirements that may be issued against the contracts. The RFP number for this project is 36C25618R0173. The RFP will be posted and can be downloaded (without charge) from the Federal Business Opportunities (FBO) website (https://www.fbo.gov/). Amendments to this RFP will not be mailed, but will be posted at the FBO website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the FBO website and for acknowledging all Amendments to the RFP. It is the responsibility of all interested offerors to check the FBO website as necessary for any Amendments to the RFP (to include the day offers are due). SOURCE: https://www.fbo.gov. In accordance with VAAR 819.7003 Eligibility, at the time of submission of an offer, the offeror must represent to the Contracting Officer that it is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Vendor Information Pages (VIP) database on the U.S. Department of Veterans Affairs Office of Small & Disadvantaged Business Utilization s VIP website (https://www.vip.vetbiz.gov/) and have the Center for Veterans Enterprise (CVE) Verification Icon/Seal/Logo. To be considered for award, SDVOSB concerns must be registered and verified in the VetBiz Registry as a SDVOSB and have the Center for Veterans Enterprise (CVE) Verification Icon/Seal/Logo. SDVOSB concerns must also be registered in the System for Award Management (SAM) database. Information on the VetBiz Registry and CVE Verification can be found at http://vip.vetbiz.gov/. Information on SAM Registration can be found at https://www.sam.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-JUL-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/36C25618R0173/listing.html)
 
Record
SN05364935-F 20190712/190710230020 (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.