Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

Z -- 436-24-102 legionella Domestic Water (VA-23-00026400)

Notice Date
2/16/2023 6:48:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923R0048
 
Response Due
3/7/2023 9:00:00 AM
 
Archive Date
06/05/2023
 
Point of Contact
Timothy.Verburgt@va.gov, Timothy Verburgt, Phone: 303-712-5707
 
E-Mail Address
Timothy.Verburgt@va.gov
(Timothy.Verburgt@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Sources Sought. Purpose: Ft Harrison, MT VAMC | Miles City Domestic Water Legionella Project | Project# 436-24-102. This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 236220 - Commercial and Institutional Building Construction Contractors (size standard of $45M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this synopsis, a solicitation announcement may be published. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Construction Contract. Project Scope Summary: The VA Montana Healthcare System requires the services of a qualified General Contracting firm to provide construction services The VAMC Miles City Legionella mitigation effort includes several modifications and oversite monitoring to the hot and cold-water system to prevent contamination including 1.) Double check valve back flow preventors (4) to prevent contamination of the water source. 2.) Installation of Water Quality Monitoring System (1) to monitor the water quality. The chlorine process management device requires a 110 electrical circuit to the unit for low voltage. 3) Installation of Water Temp. Monitoring System (4) to measure the water temperature To help alleviate Legionella in the system. 3.) Installation of (38) Armstrong RADA Digital sink Faucets model MX1 40US at the locations indicated in the attached plans to prevent standing water. Each sink requires a 110 electrical circuit to the low voltage transformer located at the faucet. 4.) The installation of (13) Armstrong shower controls- model DMV 2 also to prevent standing water. Each shower requires a 110 electrical circuit to the low voltage transformer located at the shower. 5.) The installation of an Armstrong Gamma/X pump-1602, (2), see detail M-03, (10). The Gamma/X pump has an existing 110 electrical circuit near this location. Work will also include final commissioning of the system to ensure controls are coordinated and working correctly with existing Building Automation System for the Reagent-Free Analyzers, and the lavatories and showers. The Contractor shall provide all necessary labor, materials, tools, equipment, and services to properly execute the project. Construction of this project must meet all applicable codes, regulations, and standards. This includes but is not limited to NFPA Codes, NEC, UPC, EPA, DEQ Regulations, OSHA 1926, and TJC Standards. Additionally, the construction is required to meet all applicable laws and regulation not explicitly stated in this document. Compliance with public law regarding energy utilization is required, therefore selected equipment shall be designated FEMP or ENERGYSTAR compliant and can exceed the performance. The intent of this project is established within these documents. As part of this project, drawings may be provided by the VA. These drawings are for reference and informational use only. They shall not be used to exclusively define existing conditions. It shall be the responsibility of the Contractor to perform a site investigation to identify site conditions and quantities to ensure integrity throughout the project prior to submitting a cost proposal. Installation will include replacement of existing faucets, and showers w/ new RADA faucets, all plumbing, electrical connections, network interface kits, all low voltage conduit and wiring, (1) field server for each floor, integrate field servers into the existing building Automation System, provide graphical user interface and support the overall commissioning process. A letter of warranty is required for the commissioning process certifying that the system is operational for each fixture. The Contractor shall also be responsible for all damages to persons or property that occurs because of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Existing Site Conditions. The project will take place in an occupied healthcare facility and the activities will require construction to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be always required as defined in ICRA assessment, Class III, Group 2, Type C. Construction activity will require constant coordination with VA personnel. Site Investigation is required for this project to ensure accuracy of requirements. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project for not less than 4 hours by the VA Contracting Officer Representative (COR). This work can be done in advance and is intended to limit unforeseen site conditions not indicated on the drawings. The final construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of tenants, is subject to notification requirements. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor. Disclosure of the magnitude of the Construction Project: Between $500,000.00 and $1,000,000.00 Requested Information: If you are interested and are capable of providing the sought-out construction services, please provide the information indicated below (Incomplete Responses will not be Reviewed). The capabilities package for this notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. 1. Company Profile: Response to this notice must include company name, address, point of contact, and the company profile to include number of employees, annual receipts, number of offices and office location(s), Unique ID number, CAGE Code, and statement regarding small business designation and status. 2. Type of Business: (a) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (b) Is your company considered small under the NAICS code identified under this notice? 3. Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. 4. Provide confirmation that your firm can obtain and has the capacity to bond this project up to $1M. Response Submission: Please submit your information via email to Timothy Verburgt, Contract Specialist, at Timothy.Verburgt@va.gov, by the closing date and time listed on this announcement. Please limit your responses to three (3) pages and include the following as the subject line of your email: Sources Sought for Miles City Domestic Water Legionella Project| AP-0761 | Project# 436-24-102; Your Firm s Name. Please do not include advertising or promotional materials. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c35334033b945958b2dfcd6415a1710/view)
 
Place of Performance
Address: 210 S Winchester Avenue Miles City MT 59301
Zip Code: 59301
 
Record
SN06594590-F 20230218/230216230120 (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.