Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2020 SAM #6715
SOLICITATION NOTICE

Z -- UPGRADE FACILITY WATER TOWER AT THE MARION VA MEDICAL CENTER

Notice Date
4/16/2020 8:36:32 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0196
 
Response Due
4/29/2020 12:00:00 AM
 
Archive Date
05/14/2020
 
Point of Contact
Aubrey L Visocsky Procurement Tech 913-946-1992
 
E-Mail Address
Aubrey.Visocsky@va.gov
(Aubrey.Visocsky@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought (SS) notice issued in accordance with FAR 15.201(e) to conduct market research. This SS is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking quotes and will not accept unsolicited quotes. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SS; all costs associated with responding to this SS will be solely at the interested vendor's expense. Not responding to this SS does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this SS is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement for the upgrade to facility water tower at the Marion VA Medical Center, Marion, IL. It is anticipated that this will be a one-time service will take approximately 120 calendar days. The successful proposer must be able to: Must be able to perform the following tasks and meet the requirements as listed below: post signs, seal water tower foundation, anchor bolt maintenance, install flapper valve, install cable type safety device on all ladders, paint water tower interior platforms, relocate coaxial cable, install secondary roof hatch, install locks, install tank access ladders, install vacuum-pressure frost-proof vent and screen, paint water tower exterior, install active mixing system, cleanout water tank interior, install passive cathodic protection system, paint water tank interior, and disinfect water tank. General Requirements: The Contractor shall furnish all materials, supplies, labor, expertise, and equipment necessary for completion of the work. The Contractor shall prepare a detailed Project Management Plan (PMP) and submit it within ten working days of the contract kickoff meeting. The PMP shall include the following: Project schedule with all tasks and required subtasks Accident prevention plan Activity hazard analysis Quality control plan The Contractor shall provide written weekly and monthly status updates to report on topics such as schedule review, risk review, and tasks accomplished in the past week; explanation of tasks not accomplished as expected; tasks to be accomplished in the upcoming week. The Contractor shall submit a final written report after the project is completed. The Contractor shall remove and dispose of all materials and equipment accruing from work removed and demolition, except for items designated as reserved by the Government. The products and execution of work shall conform to reference codes and standards. Local codes and amendments enforced by the local code official shall be enforced. If the local codes are more stringent, then the local code shall apply. Any conflicts shall be brought to the attention of the Contracting Officer s Representative (COR). All items furnished shall be free from defects that would adversely affect the performance, maintainability, and appearance of individual components and overall assembly. Manufacturers shall regularly and presently manufacture the furnished item as one of their principal products. All written deliverables shall be phrased in layperson language.� Statistical and other technical terminology shall not be used without providing a glossary of terms. The Government will complete their review of deliverables within ten working days from date of receipt.� The Contractor shall have five working days to deliver the final deliverable from date of receipt of the Government s comments. The Contractor shall schedule for the water tank to be drained with the COR. A request shall be made a minimum of two weeks in advance. The Contractor shall perform all required field investigation to accomplish the work. Attachments provided by the VA are for reference only and should be verified in the field. The Contractor shall schedule an inspection with the CO and COR prior to filling the water tank so that interior wet surfaces may be observed. The inspection shall be requested a minimum of two weeks in advance. Water tower outage shall be limited to five calendar days. The Contractor shall schedule a punch list walk through with the CO and COR. The punch list walk through shall be requested a minimum of two weeks in advance. New paint colors shall match existing colors, unless noted otherwise. All new penetrations or openings made in the water tower shall be watertight and sealed. Security Requirements: The Contractor s Project Manager shall undergo a background investigation by the Government and obtain an identity badge. Contractor s employees shall not enter the project site without a badge, unless supervised by the Contractor s Project Manager or the COR. Information Security authorization requirements do not apply (VA HANDBOOK 6500.6). A Security Accreditation Package is not required. VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; Address if your firm has the capability to upgrade to facility water tower listed above; Address how long it would take from the date of contract award for you to fulfill requirement; Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository? Mark your response as Proprietary Information if the information is considered business sensitive; NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS SS. The Government will not review any other information or attachments included, that are in excess of the 5-page limitation. Submit your response via email to Aubrey.Visocsky@va.gov Submit your response by 11:59 P.M. Central Time on March 5, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f999b78761f4dc5b82ba1b35cff31ae/view)
 
Record
SN05623422-F 20200418/200416230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.