Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOURCES SOUGHT

Z -- 657-506, Construct Warehouse Addition for COVID-19 Response (VA-20-00072695)

Notice Date
6/25/2020 9:48:01 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0533
 
Response Due
7/2/2020 12:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Jenna Sotomayor, Contracting Officer, Phone: 913-946-1144
 
E-Mail Address
jennifer.sotomayor@va.gov
(jennifer.sotomayor@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Title: Construct Warehouse Addition, Project 657 506, for the Marion VA Medical Center, Marion, IL Solicitation Number: To be determined after market research is complete. Agency: Department of Veterans Affairs Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 6/25/2020 Response Date: 7/2/2020 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business NAICS Code: 236220, Commercial and Institutional Building Construction The project cost range is between $500,000 and $1,000,000. Synopsis: Please note that this is NOT a request for proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Wichita, Kansas. The applicable NAICS code is 236220 and the size standard is $39.5 Million. Responses to this notice must be submitted via e-mail and received no later than July 2, 2020 at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 15 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The prime contractor shall provide written certification of this to the Contracting Officer with the response provided for this market research. SCOPE OF CONSTRUCTION PROJECT: Construction contractor shall be required to provide a turnkey warehouse addition with the following attributes: 4,800 square feet (minimum) to be used as a warehouse Plan dimensions of approximately 120 ft by 40 ft to fit in between Building 16 and South Periphery Road Interior clear height of 15 0 minimum Connecting corridor to allow for personnel and small vehicle travel to Building 16 Large roll up door and short driveway on south side to connect to South Periphery Road Fire sprinklers HVAC system Electricity Building must be in compliance with all Federal, State and Local building Codes Specifications Contractor is also responsible for site preparation and utility connection Permits are the responsibility of the Contractor. Performance and/or Payment Bonds are required. Standard general liability and builder s risk coverage is required until work is complete. Davis Bacon and prevailing wage rates and certified payroll are excluded for manufacture, delivery, and incidental work relating to installation. Davis Bacon and prevailing wage rates and certified payroll applies to only non incidental work performed on site. Occupancy Classification is S 1. Construction Type is IIB, fully sprinklered. Minimum design loads shall be as appropriate for use as a warehouse in Marion, IL. Floor live load: 250 PSF uniform; 2,000 LB concentrated. Roof live load: 20 PSF uniform; 2,000 LB concentrated (primary structural members). Roof snow load: 15 PSF ground snow load. Wind design: 105 MPH basic design wind speed; risk category II; exposure C; fully enclosed. Earthquake design: risk category II. Roof rain load: 3.25 in, 100 year, 1 hour rainfall. Marion VAMC is in a moderately high seismic region. Provide anchorage and bracing for nonstructural components per State, Local and Federal Code. Connecting Corridor to existing building Minimum interior clear dimensions (width by height) shall match new opening in Building 16. Corridor shall be structurally independent from Building 16 to allow for lateral movement of each building. Provide weather tight expansion joints between Connecting Corridor and Building 16 as required. Existing Utilities Sanitary sewer, storm sewer, electric, gas, steam, and water service are available on site. Contractor is responsible for making utility connections to Warehouse Addition to support electricity, fire sprinklers, HVAC, etc. There are underground utilities in the area of the Warehouse Addition. The Contractor is responsible for locating and protecting all underground utilities during construction. Marion VAMC Engineering will help identify known underground utilities to the extent practicable. Relocate existing water spigot to west side of Warehouse Addition. Anticipated Period of Performance for construction is 60 Calendar days. In accordance with VAAR 836.204, the estimated magnitude of construction price range is estimated to be between $500,000.00 and $1,000,000.00. The North American Industrial Classification System (NAICS) code is: 236220, Commercial and Institutional Building Construction, small business size standard of $39.5 Million in average annual receipts for the preceding three years. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the VetBiz registry https://www.vetbiz.va.gov/ on or before the response date. The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, DUNS number, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on July 2, 2020 via e-mail to the Contracting Officer at Jennifer.sotomayor@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: PROJECT 657 506, CONSTRUCT WAREHOUSE ADDITION"" IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact(s): Jennifer Sotomayor, Contracting Officer e-mail address: Jennifer.Sotomayor@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0243661051bd44289187fc36b9323e1a/view)
 
Place of Performance
Address: Marion VA Medical Center 2401 West Main Street, Marion, IL 62959, USA
Zip Code: 62959
Country: USA
 
Record
SN05703760-F 20200627/200625230155 (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.