PRE-SOLICITATION NOTICE
PRE-SOLICITATION NO. 36C78625B0007
LOCATION: BEVERLY NATIONAL CEMETERY
ROJECT NO: 804CM3021
DESCRIPTION: REPAIRS & IMPROVEMENT, ADMIN BLDG. ROSTRUM (HISTORIC SITE)
SUBJECT:
The Department of Veterans Affairs (VA), National Cemetery Administration (NC), is Soliciting a BID, Under Information For BID (IFB), Solicitation Number 36C78625B0007 for the Beverly National Cemetery, Located/Address at 916 Bridgeboro Road, Beverly, NJ 08010. The Acquisition type will be an Invitation for BID (IFB). The IFB will utilize the Electronic BID delivery and Telephone BID Opening process. The process will be outlined in the Forthcoming Solicitation.
NOTE: This Notice is provided for Information Purposes Only and Does Not Constitute a Request for Proposal (RFP), Request for Quote (RFQ) or Information For Bid - BID.
DESCRIPTION:
The Department of Veterans Affairs, National Cemetery Administration (NCA) has a requirement for a Firm Fixed Price (FFP) Contract and the Contractor shall provide all, Labor, Equipment, Material, Tools, Supplies, and Professional Supervision necessary for this Said Construction Project, for the REPAIRS & IMPROVEMENT, ADMIN BLDG. ROSTRUM (HISTORIC SITE), located at the Beverly National Cemetery, NJ; In Accordance With (IAW) Solicitation Plans, Statement of Work (SOW), Specifications, Drawings and as described in the Construction Document.
The Construction Contractor shall provide labor, material, tools, equipment, professional supervision required for the construction and performance of all work In Accordance With (IAW) the Solicitation Plans, Specifications, Drawings, required permits, terms and conditions for the Base Contract as Follows:
CONTRACT LINE ITEMS:
Contractor shall provide all labor, tools, materials, equipment, services, testing. submittals, approvals, and professional supervision related work for the Repairs & Improvement, Admin Bldg. Rostrum (Historic Site). Construction Project under Project No. 804CM3021 with Deduct Alternates, located at the Beverly National Cemetery. The work Shall be completed In Accordance With (IAW) the Statement of Work (SOW), Specifications, and Drawings.
CONTRACT OPTION NO. 01 = (NEW CONCRETE FLOOR AT ROSTRUM)
CONTRACT OPTION NO. 02 = (NEW DRYWELL AND ASSOCIATED OTHER WORK NEAR LODGE).
PER VAAR 836.204
COST MAGNITUDE: BETWEEN $500,00.00 AND $1,000,000.00.
THE AWARD OF THIS FUTURE CONSTRUCTION CONTRACT IS SUBJECT TO THE AVAILABILITY OF FY-25 FUNDS. Electronic solicitations will be available for download from Federal Business Opportunities (FedBizOpps) at http://www.Sam.gov , on or Before 31 January 2025. No paper copies will be issued. Offerors are advised that they are also responsible for obtaining and signing/dating ALL Amendments to the solicitation which will be available at FedBizOpps. Solicitation posting, to FBO, date is subject to change as necessary and an Amendment to this Pre-solicitation will be posted if the date changes.
CONTRACT DURATION: Performance Period is Two Hundred and Forty (240) Calendar Days from the date of Receipt of the Notice to Proceed (NTP).
NAICS CODE: 237990 {Other Heavy and Civil Engineering Construction}.
The Product Service Code (PSC) for this procurement is Y1PZ (Construction of Other Non-Building Facilities) | Size Standard: $45. Million.
METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE (FFP) CONSTRUCTION CONTRACT UNDER SERVICE DISABLED OWNED SMALL BUSINESS (SDVOSB) SET ASIDE.
LAW: Pursuant to Public Law 109-461 & Federal Acquisitions Regulations (FAR) 14, Solicitation 36C78625B0007 will be made on a competitive basis to a responsible Service Disabled Owned Small Business (SDVOSB) responding to this IFB Solicitation. In order to be considered for award, the contractor shall be Verified as a Service Disabled Owned Small Business (SDVOSB) Construction Contractor in SAM & SBA by the date and time specified for receipt of BIDs. No other sources will be considered. Only verified Service Disabled Owned Small Business (SDVOSB) firms are eligible to submit an offer or receive an Award of a VA contract that is 100% Service Disabled Owned Small Business (SDVOSB) Set-Aside. A non-verified Service Disabled Owned Small Business (SDVOSB) Contractor that submits a BID will be rejected as Non-Responsive.
REGISTRATION: To be eligible for Award, the Service Disabled Owned Small Business (SDVOSB) Must be considered small under the relevant NAICS Code and must be registered and verified in the following websites SAM & SBA. Those desiring to receive an award from this IFB Solicitation must be currently registered in the System for Award Management (SAM) database at www.SAM.gov and have completed online Representations and Certifications prior to contract award.
OBTAINING SOLICITATION MATERIALS: The IFB Solicitation will be formatted as an Invitation for BID (IFB), In Accordance With (IAW) FAR Part 14.4 and VAAR Part 814.1, Sealed Bidding. The Government intends on issuing the IFB solicitation via Sam.gov (Contract Opportunities). Solicitation material consisting of the details and specifications may be accessed ONLY via SAM.gov website.
The IFB Projected Due Date is Monday, 10 March 2025 @ 1300 (1:00 P.M.) (EST).
SOLICITATION AMENDMENTS: Amendments to the Solicitation will be uploaded to FedBizOpps. All Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. Paper copies of the amendments will NOT be individually mailed.
BIDDER S MAILING LIST: Interested parties should register for the Bidder s Mailing List at http://www.fedbizopps.gov Interested Vendor List . Individual copies of the Bidder s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer.
SUBMISSION OF IFB THROUGH E-MAIL WILL NOT BE ACCEPTED, ONLY IF APPROVED BY THE CONTRACTING OFFICER (CO). IFB transmission/uploads shall be completed by the date/time specified in the SOLICITATION. Late or Incomplete IFB Will Not be considered.
NO TELEPHONE REQUESTS/QUESTIONS WILL BE ACCEPTED. Any questions for this Pre-Solicitation should be addressed to the Contracting Officer, Sheryl Palacio-Davis, via E-mail to Sheryl.palacio-davis@va.gov. Telephone requests WILL NOT be accepted.
GENDER: Whenever the masculine gender is used in this Pre-Solicitation and contract documents, it shall be considered to include feminine.