Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOURCES SOUGHT

Z -- 657-19-110JC, FCA Replace Windows Building 1

Notice Date
11/13/2020 10:02:53 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
36C25521Q0068
 
Response Due
11/27/2020 10:00:00 AM
 
Archive Date
12/12/2020
 
Point of Contact
Timothy P Fitzgerald, Contract Officer, Phone: 913-946-1162
 
E-Mail Address
timothy.fitzgerald@va.gov
(timothy.fitzgerald@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
657-19-110 FCA - Replace Windows in Building 1, John Cochran THIS IS A SOURCES SOUGHT ANNOUNCEMENT to gain knowledge and determine the availability and interest of Service- Disabled Veteran-Owned Small Business (SDVOSB) and Veteran- Owned Small Business (VOSB)firms for a possible SDVOSB or VOSB category type set-aside for Construction Services(NAICS 236220). The Department of Veteran Affairs VISN 15 is conducting market research to determine potential sources having the skills, capabilities, experience and bonding capacity to perform the described work. No award will be made from this Sources Sought. No solicitation, specifications, or drawings are available; therefore, do not request a copy of a solicitation. All responses will be used to determine the appropriate acquisition strategy for an anticipated future acquisition. The Construction Firm shall provide construction services to fabricate new windows, remove existing window systems, install new window systems in Buildings 1. The Contractor shall abide by Construction Documents to meet applicable design standards and building codes. The Scope of Work for this project shall include, but not limited to, the following items and the necessary disciplines to accomplish these tasks: The Contractor shall complete a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The Contactor shall provide to the VA resident engineer a definitive project schedule consistent with information contained within the construction documents. The VA reserves the right to define work zone availability and the Contractor s schedule will work in a collaborative fashion to ensure that the on-going operational needs of Building 1 within the work scope are not negatively affected in any way. The building will remain occupied during the duration of this project. The Contractor remains responsible throughout the project life for protecting all surfaces and items, either VA owned or personal, from damage or destruction. The movement of items will not be allowed outside of the room of origin unless the Contractor accepts responsibility for storing said material at an offsite location at their cost. The VA will perform Construction period services including periodic construction progress inspections, hazardous material abatement monitoring, final inspections and submittals. The Contractor shall replace existing exterior windows with a new, energy efficient window system in Building 1. Coordination shall be made with the VA resident engineer to identify project schedule, logistics, physical security, confirmation of hours of operations and method of construction. The construction includes demolition, hazardous material abatement (Industrial Hygiene) and safety and infection control measures as required in the documents. The project period of performance is 730 calendar days from receipt of Notice to Proceed. The North American Industry Classification Code (NAICS) is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $39.5 million. All work will be in accordance with prepared specifications and drawings provided with the project. The total dollar magnitude of the contract is between $5,000,000 and $10,000,000. Capability Statement: The following requests are designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 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 in this location area - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (SDVOSB, VOSB). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability (per contract and aggregate) in the form of a letter from Surety. The determination of acquisition strategy for this acquisition lies solely with the government. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or 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. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran Owned or Veteran Owned small businesses. All interested contractors should notify this office via email by 12:00 PM Central Standard time on November 27, 2020. Responses must include the sources sought number and title in the subject line of their email response. Submit response and information to: Tim Fitzgerald Timothy.fitzgerald@va.gov NCO 15 Construction Contracting Department of Veteran Affairs Leavenworth, Kansas 66048
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/13d896b23f304a37b10f89afb079f96a/view)
 
Place of Performance
Address: JOHN COCHRAN, ST LOUIS VAMC 915 N. GRAND BLVD., ST. LOUIS, MO 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN05853008-F 20201115/201113230141 (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.