The RFP Database
New business relationships start here

459-19-007: ACC Conference Room Drywall and Carpet Replacement


Hawaii, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOLICITATION NOTICE

Project Number: 459-19-007
Specification Number: 36C26119B0011
Description: ACC Conference Room Drywall and Carpet Replacement

THIS OPPORTUNITY SHALL BE FOR A 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY.

In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, pursuant to 38 USC 8127(d), this procurement is 100% Set-Aside for Service-Disabled Veteran-Owned Small-Business, (SDVOSB) firms. The SDVOSB must be verified in http://www.vip.vetbiz.gov, to be eligible to submit a bid under this acquisition. Firms must also have current registrations with the System for Award Management (SAM) at www.sam.gov and Vets 100 at http://www.dol.gov/vets/vets-100.html to be eligible for award.

The VA Pacific Islands Healthcare System (VAPIHCS) has a requirement for a Firm Fixed Price (FFP) contract for a Contractor to provide all Management and Supervision, Labor, Equipment, Material, Supplies, etc., needed to provide ACC Conference Room Drywall and Carpet Replacement as described in accordance with the solicitation s Statement of Work, Drawings and Exhibits.

The anticipated Period of Performance (POP) will be one hundred and four (104) calendar days after issuance of the Government s Notice to Proceed (NTP).

The Product Service Code (PSC) for this procurement is Z1AB Maintenance of Conference Space and Facilities.

The North American Industry Classification System (NAICS) code for this procurement is
238310 Drywall and Insulation Contractors.

The Size Standard for this procurement is $15.0 million dollars.

The procurement is estimated to be between $25,000 and $100,000.

Interested bidders are required to furnish a Bid Bond; and the awarded Contractor will be required to provide Performance and Payment Bonds.

There will be a Pre-Bid Conference held for this requirement and all interested bidders are strongly encouraged to attend. Details of the Pre-Bid Conference are included in the solicitation package.

NOTE: To be eligible for contract consideration bidder MUST fully complete and return the entire Solicitation document.

ONLY ONE CONTRACT WILL BE AWARDED IN RESPONE TO THIS SOLICITATION.
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:B https://www.vip.vetbiz.gov.B B

Notice to Potential Bidders: All bidders who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) website, located on at www.sam.gov. SAM is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. SAM is used 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. It is desirable that Offerors complete their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. B

The solicitation is formatted as an Invitation for Bid (IFB) in accordance with the FAR Part 14.4 and VAAR Part 814.1, Sealed Bidding.

Amendments, if any, will also be posted on the www.FedBizopps 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.

SUBMITTAL OF OFFERS: Electronic submission of proposal is not permitted; Proposal must be mailed, or hand delivered to the address and addressee identified, by the due date and time outlined in the solicitation. All offers must be submitted to the attention of the Contracting Officer identified No Later Than the date/time specified. Offers for providing the services will be received at: (Contracting Officer (36C261/90C), Department of Veterans Affairs, Service Area Office West (SAO-West), Network Contracting Office (NCO) 21, 3375 Koapaka St., Suite F-250, Honolulu, HI 96819 until the date and time specified.

NO FAX/ FACSIMILE SUBMITTED BIDS WILL BE ACCEPTED.

All transmittal envelopes or other packaging shall be clearly marked with the solicitation number, offeror s company name and return address. All offers shall be subject to all terms and conditions of this solicitation.

As authorized by FAR 5.102 Availability of solicitations, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov). Further details of all dates and events will be available in the solicitation.
No other site shall be used to obtain these documents.

A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register on the FedBizOpps website (https://www.fbo.gov/index). Bidders are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective Contractors shall complete electronic annual representations and certifications and shall be registered in the System for Award Management(SAM) database at http://www.sam.gov and shall be verified in the VETBIZ Registry Information Pages at http://www.vetbiz.gov/ prior to submitting an offer, and shall have completed the VETS100A report at http://www.dol.gov/vets/programs/vets-100.html (if applicable).

QUESTIONS: Interested bidders desiring an explanation or interpretation of the solicitation must request it in writing. Requests for clarification and/or information regarding the IFB must be submitted in writing (email is acceptable) to the Contracting Officer: claude.humphrey@va.gov. No phone responses will be accepted. NOTE: All questions must reference the Project Number, the IFB Solicitation Number and the Description of the Project in the Header or Opening Statement.

CONTRACTING CONTACT PERSON:
Claude Humphrey,
Contracting Officer
Department of Veterans Affairs
Service Area Office West (SAO-West)
Network Contracting Office (NCO) 21
3375 Koapaka St., Suite F-250
Honolulu, HI 96819
Office Phone:B 808-539-1307
email: claude.humphrey@va.gov

Claude Humphrey,
Contracting Officer
email: claude.humphrey@va.gov
Telephone: 808-539-1306

Claude.Humphrey@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP