Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2019 FBO #6321
SOURCES SOUGHT

Z -- Design/Build, Project 659-19-106, Emergency Generator for Clinical Laboratory, Building 20

Notice Date
3/13/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24619Q0399
 
Response Due
3/29/2019
 
Archive Date
4/28/2019
 
Point of Contact
daniel.spaulding@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 2 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24619Q0399 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise specifications, and refine contract requirements, before the release of any associated solicitation. This is not a Request for Proposals (RFP). OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Design/Build construction services to complete the below scope of work. The place of performance will be the hospital campus of the W. G. (Bill) Hefner VA Medical Center in Salisbury, North Carolina. Forward all questions to the point of contact identified below. The magnitude of construction for this project is currently $250,000 to $500,000, but is subject to revision prior to release of a solicitation. SCOPE OF WORK DESIGN/BUILD: The Contractor will perform all work to design, furnish and install a complete and operational Emergency Generator for Clinical Lab Building 20 at the Salisbury VA Medical Center in North Carolina, under the terms of a Design-Build contract, to be awarded in accordance with FAR subpart 36.3, Two-Phase Design-Build Selection Procedures. Work will include design and general construction of underground conduits, installation of a complete and operational 600-kW diesel powered generator set complete with controller, remote annunciator, alternator, battery charger, lead acid batteries, 1,000-ampere generator circuit breaker, necessary ancillaries, sound attenuated enclosure with silencer, a subbase fuel tank including access platforms complete with stairs and safety handrails; modifications to (or removal of, if required) existing approximate 8-foot by 22-foot concrete generator pad, including installation of new retainer wall with fall protection guard, as required to accommodate new emergency generator equipment with access stairs/platforms; coordination with the VAMC facility via the Contracting Officer's Representative to interconnect to existing electric distribution system; and subsequent restoration of any existing roads, walks, grading, drainage, and other utility systems affected by the installation, as well as removal of existing structures and demolished equipment and certain other items. Work shall be designed in strict accordance with the VA Technical Information Library (TIL). SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation. NAICS CODE: 236220, Commercial and Institutional Building Construction (SBA Size Standard: $36.5 million annual revenue) PRODUCT OR SERVICE CODE (PSC): Z2DA, Repair or Alteration of Hospitals or Infirmaries INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to daniel.spaulding@va.gov, with the following information: (1.) Firm Point of Contact, including name, title, phone number and email address. (2.) Firm name, DUNS number and address of the applicable office. (3.) Relevant General Contractor license number(s) for the applicable State. (4.) Summary of design-build contracts previously performed. Additional information may be requested by the Contracting Officer at a later time. POINT OF CONTACT: Daniel Spaulding Contracting Officer Construction Team 2 Network Contracting Office 6 (NCO 6) 100 Emancipation Dr. Hampton, Virginia 23667 757-315-3964 Daniel.spaulding@va.gov DUE DATE FOR RESPONSES: This notice will close on Friday, 29 March 2019, at 05:00PM EDT. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any firm meeting the following requirements, with experience in managing design-build contracts. Based on responses to this notice, some of the below requirements may be modified, where necessary, prior to release of any solicitation. 1. Anticipated prime contractor is a licensed General Contractor, and holds other required licenses, according to State regulation where the potential source is headquartered and performs work under the applicable NAICS code. 2. The prime source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 3. The prime source is registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 4. The prime source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 5. The prime source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Where performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition. 6. The prime source has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or Environmental Protection Agency (EPA) violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24619Q0399/listing.html)
 
Place of Performance
Address: W. G. Hefner VA Medical Center;1601 Brenner Ave;Salisbury, North Carolina
Zip Code: 28144
Country: United States
 
Record
SN05248365-F 20190315/190313230044 (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.