Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOURCES SOUGHT

Z -- Mechanical SATOC for Connecticut HCS

Notice Date
11/30/2023 2:27:12 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0127
 
Response Due
12/15/2023 8:59:00 PM
 
Archive Date
02/13/2024
 
Point of Contact
Matthew Stone, Contract Specialist, Phone: 207-623-8411 x6357
 
E-Mail Address
matthew.stone1@va.gov
(matthew.stone1@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources and will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB) and Small Businesses (SB). An award of an Indefinite-Delivery Indefinite-Quantity (IDIQ) Single Award Task Order Contract (SATOC) for the Department of Veterans Affairs, VA Connecticut Healthcare System will be the objective of a future solicitation. The VA Connecticut Healthcare System has a requirement for on-going facilities construction alterations, and repair of buildings, structures and other real property relating to, but not limited to, heating, plumbing, and air conditioning, for the following VA Connecticut Facilities: West Haven VAMC, Newington VAMC, and other Veterans Health Administration (VHA) facilities within the state of Connecticut. The Network Contracting Office (NCO) 1 anticipates awarding one (1) Construction IDIQ Contract to cover the above facilities. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. The term of the IDIQ SATOC will be a five-year contract. Each task order will have its own completion date established. In accordance with the Small Business Administration (SBA) limitations on subcontracting requirements in 13 CFR 125.6, the prime contractor shall perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty trades. Prior Government contract work is not required for submitting a response under this Sources Sought Notice. The intent of the project is to award a SATOC IDIQ construction contract. The projects will range from $2,000 to $1,000,000 with an anticipated maximum total of $10,000,000 for all task orders awarded under the contract. The North American Industry Classification System (NAICS) code for this acquisition will be 238220 Heating, Plumbing, and Air Conditioning Contractors which has a SBA Size Standard of $19,000,000 in annual revenues. A sample Statement of Work (SOW) is included with this Sources Sought Notice. The intention of including this SOW is to allow interested parties to see an example of a SOW which will be included in the solicitation. The sample SOW is only an example and maybe contain changes when the solicitation for this requirement is issued. Interested parties responding to this sources sought request shall submit the following information: Company name and address, point of contact with phone number, and Unique Entity Identifier (UEI) A positive statement of your intention to submit a proposal for evaluation when the solicitation is posted Documentation relating to capability of performance of multiple multi-trade construction projects (including references with current point of contact and phone number) Company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Any other pertinent company documentation. NCO 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s, and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered under the applicable NAICS with the SBA Veteran Small Business Certification (VetCert) which can be found at https://veterans.certify.sba.gov/#home. Additionally, all interested firms must have an active registration in SAM at www.sam.gov. The SBA Small Business Mentor-Protégé Program applies to this requirement. Prospective offerors are encouraged to seek assistance from their Procurement Technical Assistance Center regarding the SBA Small Business Mentor Protégé Program within the framework of a Joint Venture Agreement. The JV itself and the members of the JV shall be registered in SAM.gov at time of submission of the offer and throughout the performance of the contract. Members of the JV (i.e., parties to the JV) shall be registered and listed as mentor and protégé, respectively, in the SBA Mentor-Protégé Program (SBA MPP) database at time of submission of the offer. 13 CFR 125.9. (https://www.sba.gov/mpp) Failure to submit all information requested will result in a contractor not being considered as an interested concern. If adequate interest is not received by 11:59 PM EST on 12/15/2023, this action may not be set-aside for SDVOSBs, VOSBs, WOSBs, or SB firms. Interested firms must reply via e-mail to VA Contract Specialist Matthew Stone at matthew.stone1@va.gov. Please make the subject line of the email as 36C24124Q0049 SATOC SOURCES SOUGHT RESPONSE . DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this 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 notice. The Government will not pay any costs for responses submitted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL of the required information will not be used to make the acquisition decision, which is the intent of this announcement. For planning purposes, the Government intends to publish a solicitation for this requirement on or about February 1, 2024. The official synopsis citing the solicitation number will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy of the solicitation when it is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/413d0923fb684217bc3286f1f088682d/view)
 
Place of Performance
Address: VA CT Healthcare System 950 Campbell Ave, West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN06899751-F 20231202/231130230053 (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.