Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Z -- VAMC Garland Roof Replacement Project Garland, Texas 75042

Notice Date
10/16/2020 10:14:53 AM
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621Q0012
 
Response Due
10/30/2020 11:00:00 AM
 
Archive Date
01/28/2021
 
Point of Contact
yolanda.ray@va.gov, Yolanda M. Ray, Phone: (216) 447-8300 x 3542
 
E-Mail Address
yolanda.ray@va.gov
(yolanda.ray@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission. PROJECT DESCRIPTION: The Program Contracting Activity Central (PCAC) is seeking a potential contractor to provide all labor, materials, supervision, design, and all other resources for the reroofing and reinsulate the BUR roofing system at the Veterans Affairs Medical Center at Garland VAMC buildings at 2300 Marie Curry Road and warehouse at 900 Shiloh Road in Garland, Texas. The Medical Office Building (MOB) is approximately 22,000 square feet with the warehouse being approximately 20,000 square feet. Work will include, but is not limited to, conducting an infrared aerial survey to determine current roof leakage; providing temporary patching to minimize roof leaks and further interior damage; remove existing roof, flashings, insulation and ACM (asbestos containing material) along with reinsulating and replacement of parapet caps and flashing, renovation of scuppers, HVAC curbs, utility penetrations and reroofing with TPO (thermoplastic polyolefin) roofing membrane and associated mastics and flashings. ADMINISTRATIVE: The proposed project will be a competitive, firm-fixed-price contract utilizing the sealed-bid approach outlined in FAR Part 14.1 Sealed Building Procedures. This project is planned for advertising in November 2020. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000.00 and $5,000,000.00 The North American Industry Classification System (NAICS) code for this action is 238160 with a size standard of $16.5 million. The duration of the project is currently estimated at 220 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. REQUIREMENTS: There will be remediation required and build back required in some areas due to the water damage. During the remediation period the contractor shall be responsible for the protection of affected areas of building(s) the contractor will maintain a negative air environment to ensure no contaminants spread throughout active areas. This project work will be performed per Occupation Safety & Health Administration (OSHA) 1910 and 1926, workers must be trained in proper mold remediation. Contractors must have Certified Mold Remediator Certification (CMR) and wear proper PPE required to perform interior work. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should include the following requirements: Complete architectural, structural, electrical, civil, mechanical, communication, and fire protection system design. All other work related to provide a complete and usable project based on the requirements stated above. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 238160. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than ten (10) single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by Friday, October 30, 2020 @ 2:00 p.m. Eastern Local Time. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be a bid or proposal. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. The Government reserves the right to consider a small business, SDVOSB, VOSB or the (8) a program based on the responses received. Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, Ohio 44131 Primary Point of Contact: Yolanda M. Ray, Contracting Officer Email: yolanda.ray@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da1d443d1aa842d8afd96e5ce14169a2/view)
 
Place of Performance
Address: Garland VAMC Medical Office Building (MOB) 2300 Marie Curry Road and 900 Shiloh Road, Garland, TX 75042, USA
Zip Code: 75042
Country: USA
 
Record
SN05829908-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.