Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

C -- 656-20-141 Water Infiltration Analysis Building 116

Notice Date
7/16/2020 5:35:34 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26320R0103
 
Response Due
7/31/2020 10:00:00 AM
 
Archive Date
08/20/2020
 
Point of Contact
Dwayne Brauch, Contract Specialist, Phone: 651-293-3039
 
E-Mail Address
dwayne.brauch@va.gov
(dwayne.brauch@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT ANNOUNCEMENT 36C26319Q0472 The Department of Veterans Affairs NCO 23 Contracting Office c/o VA Health Care System at St. Cloud, MN seeks information on interested vendors for an AE firm to find water infiltration issues in Building 116 (B116) and design a solution to repair deficiencies. Currently, B116 has 12 known water leaks on its perimeter walls - water leaks into the unoccupied crawl space and the adjacent utility tunnel. providing better and expanded services for the campus listed herein. This notice is published to conduct market research to determine if there is enough certified Service-Disabled Veteran owned Small Businesses (SDVOSB) capable of performing the requirements to warrant a solicitation set-aside. The North American Industry Classification system (NAICS) code for this acquisition is 541310 Commercial and Institutional Building Construction. The small business size standard is $7.5 million. If warranted, the solicitation will be a 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB), as a Request for Proposal (RFP) for a firm fixed-price contract for the Des Moines VA Medical Center. The general scope of work is for this project is to: Ultimately, this study and design will be the basis for a succeeding scope of work for a construction contract to repair the leaking walls. 1. Review Government Documents A/E firm shall perform original design document reviews, evaluate the design concept (what s the envelope designed to), determine the buildings service history, inspections, onsite field investigative testing and analysis. A/E firm shall specifically review all documents, photos and other government provided material related to the water proofing requirements/water infiltration issues. 2. Review Site A/E firm shall also investigate the existing stormwater management system (above and below ground) to determine if it is designed and sized properly to divert water away from the building. 3. Test Site Several test methods shall be employed to accurately report the data and support recommendations for corrective action. The following test methods shall be used to identify the water infiltrations: Visual Surveys Inspection mirrors, fiber-optic borescopes, etc. as necessary. Spray Testing and Leak Tracing - Simulated Rain and Wind test (50-year event.) Thermal Imaging Scans at Each location Infiltration & Leak tracing Electronic Leak Testing Pinhole Leak Detection RILEM Tube Testing Destructive testing: In two locations, remove brick and associated envelope components to verify proper installation, and return to existing condition after evaluation. Locations to be reviewed and approved by the COR. A/E firm shall mark locations of leaks and path of water infiltration on plans and in the basement of B116 (mechanical room and unoccupied space only) on the foundation walls with black felt tipped marker, identifiable from 6 away from surface. Project Magnitude is between $500,000 and $1,000,000. Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective design and construction contractors' project execution capabilities. The responding interested offerors are requested to provide at a minimum the following capabilities below with a submission limited to 10 pages. The capabilities statement shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number; 2) Offeror's interest in bidding on the solicitation when it is issued 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years 4) Brief description of the project(s), Customer name and Dollar value of the project(s); 5) Offeror's VetBiz certification (if applicable), Offeror's Joint Venture information if applicable existing and potential; and 6) Offeror's Bonding Capability in the form of a letter from Surety. Your firm must be able to bond the required amount for this project. The determination of acquisition strategy for this acquisition lies solely with the government. The Capabilities Statement for this Sources Sought (RFI) is not expected to be a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 12:00 PM (CST) Central Standard time on July 23rd, 2020. Responses must include the sources sought number 36C26320R0103 and title: Water Infiltration Analysis Building 116, St. Cloud, MN, #656-20-141 in the subject line of their email response. When the solicitation is issued it will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 36.6, Architect-Engineer Services. All potential sources must register in SAM the System for Award Management. SERVICE-DISABLED VETERAN ONED SMALL BUSINESSES (SDVOSBs) All SDVOSBs who want to participate in the VA s Veterans First Contracting Program must be verified by VETbiz in order to be eligible for VA contract set-asides. POINT-OF-CONTACT --- Capability Statement must be e-mailed to Dwayne Brauch by 12:00 PM CST on July 23rd, 2020 dwayne.brauch@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12771df429d34f0a97a9eb8627985099/view)
 
Place of Performance
Address: St. Cloud VA Health Care System 4801 Veterans Drive 56303, USA
Zip Code: 56303
Country: USA
 
Record
SN05724123-F 20200718/200716230203 (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.