Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOURCES SOUGHT

56 -- PVA Handrailing (Guardrail)

Notice Date
5/18/2021 12:06:07 PM
 
Notice Type
Sources Sought
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25521Q0241
 
Response Due
3/19/2021 1:00:00 PM
 
Archive Date
07/30/2021
 
Point of Contact
June O. Ballance, Contract Specialist, Phone: 913-946-1965
 
E-Mail Address
june.ballance@va.gov
(june.ballance@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in enough detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Scope of Work: The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking: A potential qualified contractor to provide: One (1) Guardrail to the Harry S. Truman Memorial Veteran Hospital, 800 Hospital Dr. Columbia, MO 65201. See below statement of work for a more detailed description. NAICS Code: 238190 ( Other Foundation. Structure, and Building Exterior Contractors) Size Standard $16.5. Statement of Work Guardrail at B55 Sidewalk INTRODUCTION The St. Louis VAMC, Jefferson Barracks Division, 1 Jefferson Barracks Dr. St. Louis Mo. 63125, need to purchase a permanent Guardrail to provide fall protection along the sidewalk at Jefferson Drive on the west side of Building 55. Currently the grade adjacent to this walk slopes sharply presenting a fall hazard to pedestrians especially those in motorized wheelchairs. This railing is to be fabricated to the specifications listed in the scope of work, which will improve patient safety. SCOPE of WORK The required rail is to be a continues rail that will run the length of Jefferson drive with the exception for a break at the existing emergency phone. The length of the rail is 425 SF. Rail to be 42 above sidewalk surface consisting of 1 ½ diameter schedule 40 pipe for the posts at 5 -0 o.c. maximum and ½ diameter pickets at 4 o.c. maximum. Pickets to be ½ diameter at 4 O.C. maximum. [ Center picket to have a face welded 3 /1/2 ? decorative star.] PROJECT REQUIREMENTS Vendor shall site measure the length of rail and provide shop drawings. Vendor shall coordinate the exact location of where the rail terminates with the Medical Center. Rail sections to be delivered to the site in manageable sections no longer than 12 . Railing to have one coat standard shop primer, one coat macropoxy and one finish coat of urethane Splices to have countersunk screws. No field welding shall be required for installation. Prior to delivery vendor shall coordinate site access and delivery location with VA Point of Contact 7 calendar days in advance of anticipated delivery date(s). Any delivery not previously coordinated will be refused by the Medical Center. Any addition fees / costs encountered for denied deliveries shall be the sole responsibility of the vendor. Railing delivery shall be performed within 30 calendar days from receipt of order. Vendor shall provide color options with proposal. Delivery: No products will be drop shipped to the VA facility. Delivery Address: Harry S. Truman Memorial Veteran Hospital 800 Hospital Dr. Columbia, MO 65201 Attention: June O. Ballance Email: june.ballance@va.gov Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The North American Classification System (NAICS) code for this acquisition is 238190 ( Other Foundation. Structure, and Building Exterior Contractors). The small business size standard is $16.5M. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail: to june.ballance@va.gov. All information submissions should be received no later than 15:00 PM CST on Friday, March 19, 2021. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b7ee08b26284710be2c22c190ccc022/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS HARRY S TRUMAN MEMORIAL VA MEDICAL CENTER 800 Hospital Dr., Columbia MO 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN06006262-F 20210520/210518230121 (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.