SOURCES SOUGHT
Z -- VISN 21 MACC Group 2, Project No. 593-23-306, Repair Equipment In Mechanical Rooms BD423, BE101, BH002
- Notice Date
- 10/5/2023 3:22:04 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26123R0116
- Response Due
- 10/20/2023 5:00:00 PM
- Archive Date
- 01/27/2024
- Point of Contact
- Jessica I. Newman, Contract Specialist, Phone: (808) 539-1310
- E-Mail Address
-
jessica.newman2@va.gov
(jessica.newman2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- NCO 21 MACC GROUP 2 TASK ORDER PROPOSAL REQUEST Repair Equipment in Mechanical Rooms PLACE OF PERFORMANCE VA Sierra Nevada Health Care System 6900 N. Pecos Rd. Las Vegas, NV 89086 NOTICE TO VETERANS INTEGRATED SERVICE NETWORK 21 (VISN 21) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) HOLDERS Description: THE RESULTING SOLCITATION IS A TASK ORDER PROPOSAL REQUEST. Proposals will only be requested and accepted from contractors who were awarded a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract (MACC) from Network Contracting Office 21 (NCO 21). Point of Contact: Jessica Newman, Contract Specialist, jessica.newman2@va.gov Title: Repair Pipe Insulation and Replace Variable Frequency Devices in Mechanical Rooms, North Las Vegas VA Medical Center Project specifications, and all associated project documents shall be incorporated into the Task Order Request for proposal (TORFP), which shall be posted electronically through https://sam.gov. Questions regarding this notice shall be submitted via e-mail to: jessica.newman2@va.gov. The following firms are eligible for award of the resulting task order: MACC GROUP 2 Acierto, LLC Hawk Contracting Group 2053 North 2000 West P.O. Box 490 Farr West, UT 84404 Montrose, CO 81402 Bexar Advanced Solutions Group Patriot Construction 47 E. Crestwood Road 4646 Qantas Lane Kaysville, UT 84037 Stockton, CA 95206 Dsquare Construction Saw-Greenland JV 107 W. Sahuaro Street 2625 Production Road Tucson, AZ 85705 Virginia Beach, VA 23454 ESA South, Inc. Sergent Mechanical 1681 Success Drive 1617 Pacific Avenue Cantonment, FL 32533 Oxnard, CA 93033 Ground Level Overaa Joint Venture West Point Contractors 5013 Forni Drive 2915 E. Weiding Road Concord, CA 94520 Tucson, AZ 85706 **Any offers received from contractors not mentioned above will not be accepted. Subject: Repair Pipe Insulation and Replace Variable Frequency Devices in Mechanical Rooms, VA Sierra Nevada Medical Center (1) The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. (2) Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (3) The purpose of this Sources Sought Notice is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential VISN 21 MACC Group 2 contract holders to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction. (4) This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 236220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. (5) Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received that is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Background: The Department of Veterans Affairs is seeking vendors who can provide all labor and materials needed to perform all demolition, replacement, installation, and commissioning of the Las Vegas VA Medical Center mechanical rooms (BD423, BE101, BH002) Variable Frequency Devices and pipe insulation as per the attached Statement of Work. The vendors must demonstrate the ability to meet all requirements for this notice. See Statement of Work and additional attachments for all details. The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction., and the small business size standard is $45M. PSC Code is Z2DZ, Repair or Alteration of Other Hospital Buildings. In accordance with FAR 36.204 (d) Disclosure of the magnitude of this construction project is anticipated between $250,000.00 and $500,000.00. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Vendor Information Pages (VetCert) at https://veterans.certify.sba.gov/#home. INSTRUCTIONS: Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, a thorough which should be limited to a brief description, two-three (2-3) pages (including a cover letter). If any portions seem unclear, or prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. a) STATEMENT OF CAPABILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. b) Include the CAGE or Unique Entity Identifier (UEI) number of your firm in your response. c) Bonding Capability; per contract and aggregate. Provide the amount of aggregate bonding currently available (i.e., amount not committed). d) QUESTIONS Please provide answers to the following questions: 1. Does the magnitude of constructions seem feasible? 2. Is the period of performance listed in the statement of work reasonable? 3. Has your firm performed on a similar scale VFD replacement/removal? If so, how recently? 4. Has your firm ever performed temporary utility shutdowns? How would your firm decrease downtime? 5. What is your firm s plan to provide uninterrupted power while working at the (3) locations? 6. Has your firm had previous experience working with the government or the VA specifically? 7. This work will require experienced journeymen electricians. Are such employees on staff or will the service need to be subcontracted? If an electrical subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together? 8. What are the estimated lead times for electrical conductors, conduits, and piping insulation with current supply chain disruptions?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/218688842c07419b8722b182d35e7830/view)
- Place of Performance
- Address: VA Southern Nevada Healthcare System 6900 N. Pecos Rd., Las Vegas, NV 89086, USA
- Zip Code: 89086
- Country: USA
- Zip Code: 89086
- Record
- SN06854689-F 20231007/231005230047 (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 |