Skip to main content

An official website of the United States government

You have 2 new alerts

Y1EB--Major Construction Project Western New York National Cemetery - Phase 1C Pembroke, NY

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jan 26, 2023 05:32 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    East Pembroke , NY 14036
    USA

Description

The Department of Veteran Affairs (VA), Office of Construction and Facilities Management(CFM), in Washington, DC, 425 I Street, NW, is issuing a Pre-Solicitation Notice for a Two-Phase Design-Build requirement for the Western New York National Cemetery, located in Pembroke, NY. This requirement will be issued as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside under Solicitation Number 36C10F23R0012. The Contractor shall provide and furnish all supervision, labor, materials, tools, transportation, supplies and travel necessary for design and construction of the Western New York National Cemetery. This project will comprise the next construction phase of the cemetery development (Phase 1C) and will primarily include the development and construction of a permanent Maintenance Complex and an Honor Guard Facility to support the operational needs of the Cemetery. This project will include design and construction for: A permanent maintenance building with staff parking and a maintenance yard with a covered storage bin building, pole barn structure, and above-ground fuel tanks using the program developed in the original Phase 1 bid document package. Provide a new controlled service entrances to the cemetery Provide a connection road for the maintenance area to the existing cemetery that will become the public s east west access road for future burial sections. Minimize impacts on the wetlands Utilities Irrigation Landscaping Landscaping Site Furnishing Roadways Signage Geographic Information System (FIS) Site Integration throughout Cemetery. This project shall be performed by an experienced Design-Build Contractor that has performed similar work. The estimated performance period is 540 calendar days, including Base + Optional CLINS from the Notice to Proceed. In accordance with Veterans Affairs Acquisition Regulations (VAAR), the magnitude for this project is between $10,000,000 and $20,000,000. The applicable North American Industry Classification System ( NAICS) code associated with this procurement is 236220 Commercial and Institutional Building Construction. The small business size standard is $39.5 Million. This contract will be a 100% SDVOSB set-aside, and CFM intends to conduct this acquisition in accordance with FAR Subpart 36.3, Two-Phase Design- Build Selection Procedures. This notice does NOT constitute a request for Proposal, request for Quote or Invitation for Bid. The intend of this pre-solicitation synopsis is to make notice of a proposed contract action. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM): https://www.sam.gov . Offerors must be listed in the Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov) website. The Government has stopped using the Data Universal Numbering System (DUNS) numbers and require all offerors to have a current (active) Unique Entity Identifier (UEI), as the primary means of entity identification for federal awards government wide. The Request for Proposal (RFP) will be issued on or about March 15, 2023. All Documents will be in Adobe PDF file format and downloadable from https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. Questions regarding this notice should be directed to Linda Ward via email at Linda.Ward2@va.gov

Contact Information

Contracting Office Address

  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA

Primary Point of Contact

Secondary Point of Contact





History