Trade Leads

HVAC EQUIPMENT AND SERVICES NEEDED
Replace air conditioning unit in Adm bldg, M&R 851-14-102, Houston Natl Cem Refrigeration, air-conditioning & air circulating equipment NAICS Code: 238 -- Specialty Trade Contractors/238220 -- Plumbing, Heating, and Air-Conditioning Contractors The National Cemetery Administration is soliciting proposals for a firm fixed price contract under Request for Quotation VA786-14-Q-0279 from qualified and eligible Service Disabled Veteran Owned Small Business Concerns for Replacement of a single air condition and air handling Unit inside of the Administration Building at the Houston National Cemetery located at 10410 Veterans Memorial Drive, Houston Texas 77038. Proposals and solicitation correspondence shall be sent to Mr. Derek C. Reed, Contracting Officer, National Cemetery Administration, Central Contracting Division, 155 Van Gordon Street, Lakewood, CO 80228. Facsimile proposals will not be accepted. The project scope includes, but is not limited to having a single contractor provide all plant, labor, tools, parts, equipment, bonds, transportation, and incidentals necessary to remove and replace an existing 15 ton air conditioning system, outdoor unit and indoor blower (air handling) unit at Houston National Cemetery. The contract performance period is thirty (30) calendar days from receipt of notice to proceed. The estimated magnitude of construction is between $25,000 and $100,000.00. This is a best value type RFQ whereas the Government reserves the right to make contract award to other than the lowest priced offeror, and the Government anticipates making award without holding or conducting discussions. As such, it is incumbent on the offeror to provide the best possible pricing with their initial proposal. The RFP will be issued in accordance with FAR Part 15, and technical capabilities and past performance, when combined, are all considered significantly more important than cost or price. The Government will evaluate technical capabilities including 1) key personnel, 2) quality control, 3) scheduling, and 4) past performance. Factor 1): Key personnel - the offeror shall provide as a minimum resumes for its key personnel to include the project manager, on-site project superintendant, and his or her alternate. Factor 2): Quality Control - the offeor shall provide a detailed and comprehensive site specific quality control plan which addresses management of cost overruns, and how unacceptable or marginal performance issues are satisfactorily handled. Factor 3): Scheduling - the offeror shall provide a detailed and comprehensive schedule in a bar format to be submitted on 8 ½ x 11 paper explaining how all major work elements will be managed and completed within the allowable 30 calendar day performance period. The anticipated issuance date of the notice to proceed is on or about September 1, 2014. 4) Past Performance - the Government will consider recent and relevant past performance effort(s) identified by the offeror for at least three projects currently on-going or completed within the last three (3) years similar in size, scope, and complexity as the solicitation effort. In the event an offeror does not have any recent or relevant past performance experience for a project, that project will not be considered or rated by the Government. In accordance with P.L. 109-461, this acquisition is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) concerns. NAICS Code 238220 is applicable to this acquisition with a Business Size Standard of $14.0M. Solicitation documents will be available electronically on or about August 14, 2014 at http://www.fedbizopps.gov. NO HARD COPIES OF THE SOLICITATION WILL BE ISSUED. Information regarding an organized site visit and pre-proposal conference will be listed in the solicitation documents. Offers are encouraged to visit the job-site to familiarize themselves with the project, project site and conditions which may affect cost. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments, in writing. Interested firms are that all SDVOBs must register in the VetBiz.gov VIP database, available at www.VetBiz.gov and contracting officers are expressly prohibited from awarding contracts under the authority of 38 U.S.C.8127 unless they have confirmed that the service disabled veteran owned small business is registered in the database. Information regarding ORCA and CCR registration can be accessed at the Systems for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. All VOSBs and SDVOSBs must be listed in the VIP database, available at http://www.VetBiz.gov. Questions regarding this announcement can be emailed to derek.reed@va.gov. All responsible sources may submit a proposal in response to this announcement which may be considered by this agency. Please consult the list of document viewers if you cannot open a file. Attachment Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: July 30, 2014 https://www.vendorportal.ecms.va.gov/FBODocumentServ... Description: VA786-14-Q-0279 VA786-14-Q-0279.docx Contracting Office Address: Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon Street;Stafford VA 22556 Place of Performance: Houston National Cemetery;10410 Veterans Memorial Drive;Houston, TX 77038 USA Point of Contact(s): Derek Reed Contracting Officer 303-914-5710 derek.reed@va.gov