Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

Y -- 810CM3029 Gravesite Expansion (2000 Niches & 2,500 IGC) Dayton NC

Notice Date
5/6/2021 6:52:42 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621B0005
 
Response Due
6/18/2021 12:00:00 PM
 
Archive Date
08/17/2021
 
Point of Contact
Claude Humphrey, Contracting Officer, Phone: 703-630-5962
 
E-Mail Address
claude.humphrey@va.gov
(claude.humphrey@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 3 of 3 PRE-SOLICITATION NOTICE Project No.: 810CM3029 Description: Gravesite Expansion (2000 Niches & 2,500 IGC), Dayton National Cemetery, Dayton, Ohio This notice is provided for information purposes only and does not constitute a request for proposal, quote or bid. This opportunity shall be for a 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) only. The Department of Veterans Affairs, National Cemetery Administration has a requirement for a Firm Fixed Price (FFP) contract for a Contractor to provide all Management and Supervision, Labor, Equipment, Material, Supplies, etc., necessary for the construction of a new Columbarium Plaza at the Dayton National Cemetery, Dayton, Ohio, which shall consists of 6 double-sided and 8 single-sided columbarium walls, consisting of 2,080 niches and the creation of a 2,512 plot in-ground cremains section. Work shall include but will not limited to Demolition, Site Preparation, Erosion Control, Excavation, Backfilling, Grading, Foundations, Footing, Columbaria, Irrigation, Landscaping, Flower Watering Stations, Signage, Storm Drainage, Utilities, Road Pavement, Curbs, and Certain other items and specific tasks as will be further defined and described in accordance in the Government s Statement of Work, Specifications and Drawings. The Government anticipates the award of one (1), FFP contract, with an anticipated Period of Performance three hundred (300) calendar days after issuance of the Government s Notice to Proceed (NTP). The Product Service Code (PSC) for this procurement is Y1PZ Construction of Other Non-Building Facilities. The North American Industry Classification System (NAICS) code for this procurement is 237990 Other Heavy and Civil Engineering Construction. The Size Standard for this procurement is $36.5 million dollars. The project magnitude of construction range is estimated to be between $1,000,000 and $5,000,000. Interested bidders will be required to furnish a Bid Bond; and the awarded Contractor will be required to provide Performance and Payment Bonds. Pursuant to Public Law 109-461, Solicitation 36C278621B0005 will be issued as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-aside. In order to be considered for award, the contractor shall be CVE-Verified as an SDVOSB vendor in https://www.vip.vetbiz.va.gov by the date and time specified for receipt of proposals. No other sources will be considered. All interested parties submitting a bid must be registered in the System for Award Management (SAM) database (https://www.sam.gov/prtal/public/SAM) at time of submission. Invitation for Bid (IFB) solicitation documents will not be available for downloading until mid - May 2021. The Invitation for Bid (IFB) solicitation will be posted on beta.sam.gov. There will be a Pre-Bid Conference held for this requirement and all prospective bidders are strongly encouraged to attend. Details of the pre-bid conference will be included in the issued solicitation package. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contract, the Bidder must represent to the Contracting Officer that it is: SDVOSB eligible under VAAR Subpart 819.70; Small business concern under the NAICS code assigned to this acquisition; and SDVOSB listed as verified in VIP database at:  https://www.vip.vetbiz.va.gov.   In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the CO that it is (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP database at: https://www.vip.vetbiz.va.gov. If you are not registered with System for Award Management (SAM) you may register online at beta.sam.gov. Beta.sam.gov is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. Beta.sam.gov is used as a means to provide basic business information, socioeconomic status, capabilities and financial information to the Government. This requirement will apply to all solicitations and awards, regardless of the media use. This Pre-Solicitation notice is NOT a request for bids, offers or submittals of any kind. The Department of Veterans Affairs plans to issue the official IFB solicitation on or about May14, 2021, with the anticipated bid opening in June 18, 2021. The solicitation will be formatted as an Invitation for Bid (IFB) in accordance with the FAR Part 14.4 and VAAR Part 814.1, Sealed Bidding. The Government intends on issuing the IFB solicitation via beta.sam.gov (Contract Opportunities). Amendments, if any, will also be posted on the beta.sam.gov website for downloading. This will be the normal method for distributing amendments; therefore, it is the offerors responsibility to check the website periodically for any amendments to this solicitation. Any interested Bidder/Offeror desiring an explanation or interpretation of the anticipated solicitation specifications must request it in writing. Requests for clarification and/or information regarding the requirement must be submitted in writing: claude.humphrey@va.gov. No phone responses will be accepted. NOTE: All questions must reference the Solicitation reference # and the Description of the Project in the Header or Opening Statement. No other information regarding Scope, Dates, etc. will be available until issuance of the Solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/83d24c55fbb047ca9790015c28228958/view)
 
Place of Performance
Address: Department of Veterans Affairs National Cemetery Administration Dayton National Cemetery 4400 W. Third Street, Dayton,, OH 45428, USA
Zip Code: 45428
Country: USA
 
Record
SN05993842-F 20210508/210506230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.