Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2021 SAM #7133
MODIFICATION

Z -- Installation of Additional Environmental Monitors

Notice Date
6/10/2021 6:46:26 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621R0131
 
Response Due
7/13/2021 2:00:00 PM
 
Archive Date
10/20/2021
 
Point of Contact
William Geary, Contracting Officer
 
E-Mail Address
William.Geary2@va.gov
(William.Geary2@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 THIS IS A PRESOLICITATION NOTICE ONLY: No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to notify potential Service-Disabled Veteran-Owned Small Businesses (SDVOSB s), in accordance with the requirements of Public Law 109-461 of this requirement. The Southeast Louisiana Veterans Health Care System has a requirement for the Installation of Additional Environmental Monitors, Project No. 629-21-102. Location of the work is at the Southeast Louisiana Veterans Health Care System, 2400 Canal Street, New Orleans, LA 70119. The contractor shall provide all labor, materials, tools, equipment, expertise, administration, supervision transportation and anything else necessary to perform all work as described in project Scope of Work, Drawings, and Specifications. The applicable North American Industrial Classification System (NAICS) primary code is 238220 Plumbing, Heating, and Air-Conditioning Contractors and the Small Business Size Standard is $16.5M. The Construction Cost Range for this project (Magnitude of Construction) is between $500,000 and $1,000,000. Interested offerors are asked to please first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any Questions/Requests for Information (RFI s) to the Contracting Officer. A cut-off time/date for receipt of Questions/RFIs will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) through RFP procedures under FAR 15.101-1 and other FAR Parts and Subparts as applicable. Limitations on Subcontracting: The prime contractor must perform at least 15% of the cost of the contract (on-site) incurred for personnel with its own employees or the employees of other eligible SDVOSB s for general construction-type procurements. For construction by specialty trade contractors, which this project s NAICS Code falls under, the prime contractor must perform at least 25% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB s. In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, 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.va.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 https://www.vip.vetbiz.va.gov. Information on SAM Registration can be found at https://beta.sam.gov/. Both of these are also required for Joint Ventures. The RFP will be posted and can be downloaded (without charge) from the beta.SAM website. Amendments to this RFP will not be mailed but will be posted at the beta.SAM website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the beta.SAM website and for acknowledging all Amendments to the RFP. It is the responsibility of all interested offerors to check the beta.SAM website as necessary for any Amendments to the RFP (to include the day proposals are due). The official Solicitation citing this same solicitation number 36C25621R0131 will be issued on or around June 4, 2021 on Beta.SAM.gov-Contract Opportunities. The Contract Specialist and awarding Contracting Officer will be Bill Geary at bill.geary@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fd71bc6b4c654c27a7f565b805ade8d1/view)
 
Record
SN06027521-F 20210612/210611042957 (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.