Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

Z -- Infrastructure to Fisher House 402-CSI-589 - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;BSB 90C;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24117N0320
 
Response Due
5/10/2017
 
Archive Date
7/9/2017
 
Point of Contact
Linda Ward
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Provide Infrastructure to Fisher House Project Number: 402-CSI-589 This is a Sources Sought Notice is to determine interest, availability and socioeconomic status (e.g. Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business). This Sources Sought notice is to determine the availability of potential sources having the skills, interest and capabilities necessary to provide the SEPCIFIED REQUIREMENTS listed below. Purpose of this notice is to determine if there are qualified SDVOSBs, VOSBs, and Small Businesses that have the experience within a hospital environment for this type of Design Build work requirement and if such firms are interested in this procurement. Questions should be submitted by email to Linda.Ward2@VA.Gov. The anticipated North American Industry Classification Code (NAICS) is 238220 Plumbing Heating, and Air Conditioning Contractors with a size standard of $15.0 Million and sufficient bonding capacity (100% payment and performance bonds required). Additionally, offerors will be required to submit a bid guarantee with their proposal. The magnitude of construction is between $500,000 and $1,000,000. SPECIFIED REQUIREMENT: The Network Contracting Office 1 is conducting market research and is seeking sources for a Design/Build requirement. The Offeror shall provide the Design and Construction services to provide Utilities for Infrastructure support for a Fisher House Foundation. A brief description of requirements is provided below. No other information will be made available by the Government at this time. Required work will take place at the VA Maine Healthcare Medical Center, 1 VA Center, Augusta, ME. Duration of Project is 180 calendar days. Note: The Period of Performance includes 90 days for the design work to be completed. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. If you are interested in participating with this project, please provide a capabilities package which includes the following information. Company name, mailing address, point of contact, telephone number, email address, company cage code and Duns & Brads street Number, and Experian number Statement of capability to be bonded (both performance and Payment bonds). The statement should indicate your company s single and aggregate bonding capability Contractor s capability to perform a contract of this magnitude and complexity. Provide a List of 3 Design Build Projects completed within the last 5 years in a hospital environment either VA, other Government (Federal or State) agencies or for a private medical facility. Include your customer s name, address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor. If you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. List of 3 projects showing the relationship between the SAM design firm and construction team Restoration experience working with historic buildings A short statement regarding your business' expertise and experience on projects similar in scope and total project cost. List any significant subcontractors that will be a part of the Design/Build team. Indicate any and all applicable small business representation(s) (Small Business, 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, etc). Indicate if your business meets the small business size standard for NAICS 238220. State whether your firm is registered in the System for Award Management (SAM) Indicate if your firm is certified as a SDVOSB, VOSB, or Small Business. Provide certification. Indicate your intent to bid on a subsequent solicitation. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB, and Small Business concerns. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or Small Business concern. If adequate interest is not received from SDVOSB or VOSB concerns by 10 calendar days from the date of this notice, this action will not be set-aside for SDVOSB or VOSB firms and other Small Business concerns will be considered. See VAAR 819.7004 Contracting Order of Priority. Interested firms may reply via e-mail to linda.ward2@va.gov. Firms must be registered in the System for Award Management (SAM). Visit www.sam.gov to register in this database. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS 238220. Electronic submission should be no longer than 15 pages. Responses are due by 2:00pm EST, May 10, 2017 Scope of Work 402-CSI-589 Provide Infrastructure to Fisher House Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described here in other specific tasks as further defined by this request for proposal (RFP). The current site location for the planned Fisher House project does not have utilities present. The site is located across from B200E next to the flagpole on the VA Maine HCS, Togus Medical Center campus. This project will provide the required infrastructure to support the Fisher house that has been approved for the VA Maine Togus campus. This will include all utilities such as electrical, sewer, storm water, water, IT, cable and steam. The utilities will be provided to the site the Fisher House Foundation will be constructing the building on. The utilities being provided will be an extension of the existing infrastructure network on campus and be available when the Fisher House foundation starts construction for their building. The Design Build Team A/E (DB A/E) shall design the project work to meet VA, NFPA, and DOT requirements. Work shall also include but is not limited to: A/E shall investigate existing condition of location to determine necessary design elements. A/E shall include all electrical, fire alarm, civil, site, plumbing and mechanical design details in drawings. A/E shall develop construction drawings showing all necessary construction details. A/E shall prepare design based on Federal regulations along with VA specifications. A/E shall design the project to provide as disruption to surrounding environment and traffic/pedestrian flow as possible. A/E shall perform a civil site survey and create topographical maps and coordinate the performing of test boring to gather soil condition reports for Fisher House Foundation to use during structural design of the building. A/E shall work with Resident Engineer and local VA group to insure the site-prep will conform to the building requirements. The construction is to address, but not limited to, the following items. Utility underground locations are shown on attached drawings as reference only. Contractor to verify exact locations with DigSmart prior to beginning work. The work includes all general trade work, electrical and mechanical work and Project Management needed for the extension of utilities to the Fisher House site. Selective site demolition to include: asphalt roadways, existing steam line, and earthwork. Electrical work to include: Extension of Cable TV from basement of B203 with a coaxial cable, extension of Tel/Data backbone from B248 Rm-020 with a 6 strand single mode fiber, extension of electric supply from electrical MH#7 with a 4 underground conduit for future cable installation and tie into new transformer for Fisher house. Installation of Fire Alarm loops from B203 Rm 105 to fisher house tie-in location and back to B248 Rm 026. Extension of building automation network from basement of B248 Rm 026 with a 6 strand underground fiber run. Mechanical work to include: Replacement of existing damaged 2.5 steam line running from B203 basement to Quarters 1 on site with installation of tee and isolation valve. Plumbing work to include: Extension of water supply from existing 10 water main. Installation of isolation valves on the main, as well as new distribution line. Provide domestic water supply, fire suppression water supply, and landscape irrigation water supply line at the site boundary. Each with their own respective isolation valves. Site work to include: Extension of Storm drainage system at tie-in location next to pond. Installation of replacement manhole and new sanitary drainage line to building site with new manhole for the building lines to tie into. Period of performance is 180 calendar days from the Notice to Proceed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24117N0320/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-N-0320 VA241-17-N-0320.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446301&FileName=VA241-17-N-0320-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446301&FileName=VA241-17-N-0320-000.docx

 
File Name: VA241-17-N-0320 Sources_Sought_Info_Form.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446302&FileName=VA241-17-N-0320-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446302&FileName=VA241-17-N-0320-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Maine Health Care System;Togus VAME;1 VA Center;Augusta
Zip Code: 04330-6796
 
Record
SN04486844-W 20170428/170426235831-9075792a3499b0d9452bcea0979b0b1d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.