DOCUMENT
Z -- Retrofit Infrastructure Electrical Systems, Install Auxiliary Campus Power, and Renewable Energy - Attachment
- Notice Date
- 12/1/2015
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26016R0089
- Response Due
- 12/11/2015
- Archive Date
- 2/9/2016
- Point of Contact
- Donna Mullen
- E-Mail Address
-
donna.mullen@va.gov
(donna.mullen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice to conduct market research for interested contractors that are able to perform the work described in this announcement. This announcement is for planning purposes, only, and does not constitute a solicitation for proposals. This announcement is not to be construed as a commitment by the Department of Veterans Affairs. No contract will be awarded from this announcement. The North American Industrial Classification System (NAICS) code for this work is Building Equipment 238210 Electrical Contractors and Other Wiring Contractors. The small business size standard is $15,000,000.00. Per VAAR 836.204, the magnitude range is between $5,000,000.00 and $10,000,000.00. The project is located at the VA Southern Oregon Rehabilitation Center (SORCC), 8495 Crater Lake Highway, White City, OR 97503. DESCRIPTION OF PROJECT Contractor shall provide all necessary equipment, materials, labor, project management and supervision to retrofit infrastructure, electrical systems, install auxiliary campus power, and renewable energy at VA SORCC. Work includes general construction, alterations, roads, walks, grading, drainage, mechanical and electrical work, utility systems, fencing and necessary removal of existing structures and construction and certain other items. The work will be performed in an actively operating medical center and will be phased to minimize down time of critical electrical systems. Based on current conditions, it is the intent of the VA to solicit and award a contract in accordance with best value procedures as outlined in FAR Part 15 Contracting by Negotiations. A contract award is expected during calendar year 2016. RESPONSE SUBMITTAL REQUIREMENTS All interested parties who believe they can meet the requirements are invited to submit responses via email attachment to Donna Mullen, Contract Specialist at donna.mullen@va.gov. No telephone calls will be accepted. Due Date. Responses to the sources sought notice should be received as soon as possible, but no later than December 11, 2015. In order to be considered an interested party, firms must submit the following information. Additional information is welcome; however, firms that do not provide the minimum requested information will not be considered an interested party. 1.Company name, address and phone number; 2.Company point of contact name, phone number (if different) and email address; 3.Company DUNS number; 4.Applicable socio-economic status (i.e. large business, small business, woman-owned small business, veteran-owned small business, etc.); 5.Bonding capacity per contract and aggregate; 6.Company profile including the primary NAICS code for which the company is registered in the System for Award Management (SAM); 7.List of similar projects which your company has completed within the past three (3) years. Similar is defined as being similar in type of work, similar in size of project, similar in type of facility and similar in geographic locality. 8.For at least three projects in your company's list of similar projects, provide the following details: a.Was your company the prime contractor or a subcontractor? b.If a subcontractor, what was your role in the project? c.Where was the project located? d.What was the size of the project? e.What was the duration of the project? f.At what type of facility was the work performed? g.Provide a description of the project. h.Provide description of the work performed by your company. 9.Risk Factors: Please provide an explanation of significant risk factors - economic and otherwise - in the local market that may impact schedule and drive the cost of this work. While information on all significant risk factors is desired, the VA is interested in factors that may be less obvious. Responses shall be no more than eight (8) standard 8-1/2" x 11" pages with 1-inch margins. Font size shall be no less than 10 pt. Responses shall be submitted as one file in PDF format, attached to an email, and sent to donna.mullen@va.gov. All responses will be held in strict confidence; however, responses may be shared with government and project team personnel. The government will not reimburse companies for any costs associated with providing responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d0752d3e886f25a4b4e8c525e0ed4af6)
- Document(s)
- Attachment
- File Name: VA260-16-R-0089 VA260-16-R-0089.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2442201&FileName=VA260-16-R-0089-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2442201&FileName=VA260-16-R-0089-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-16-R-0089 VA260-16-R-0089.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2442201&FileName=VA260-16-R-0089-000.docx)
- Place of Performance
- Address: VA Southern Oregon Rehabilitation Center;8495 Crater Lake Hwy.;White City, OR
- Zip Code: 97503
- Zip Code: 97503
- Record
- SN03957291-W 20151203/151201234234-d0752d3e886f25a4b4e8c525e0ed4af6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |