Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
DOCUMENT

Y -- Project: CORRECT ELECTRICAL DEFICIENCIES - Attachment

Notice Date
2/22/2018
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77618Q9024
 
Response Due
3/6/2018
 
Archive Date
6/4/2018
 
Point of Contact
Carlton Moreland
 
E-Mail Address
n.moreland@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the CORRECTION OF ELECTRICAL DEFICIENCIES PROJECT for both - Little Rock and North Little Rock located at 4300 West 7th Street Little Rock, AR 72205. PROJECT DESCRIPTION: Contractor will replace electrical panelboards, breakers, and switches that were identified as deficient during the Electrical Study completed in 2016 for both Little Rock and North - Little Rock facilities. Replace old, obsolete 440kW generators in B170. APPLICABLE DOCUMENTS - Most recent versions of the following documents: · Enclosed Specifications. · NETA Maintenance Testing Specs. For Elect Dist. Eqt. and Systems · NFPA 70, National Electric Code · NFPA 70E, Standard for Electrical Safety in the Work Space · NFPA 99, Health Care Facilities · NFPA 110, Standard for Emergency and Standby Power Systems · VA Electrical Design Manual PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract - the results and analysis of our market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in April 2018 - the North American Industry Classification System (NAICS) code 238210 (size standard $15.0 million) applies to this procurement. The duration of the project is currently estimated at 270 calendar days from the issuance of a Notice to Proceed. QUALIFICATIONS: Contractor shall have at least 5 years of experience with similar work and shall have access to factory trained vendors capable of performing this work. The contractor shall have access to professional electrical engineers who are proficient in performing coordination studies using SKM software. Submit the resume for the electrical engineer of record for this project. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 228210. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possesses to perform the requirements described under description of work. SUMMARY It is requested that interested contractors submit a response (electronic submission) of no more than 5 single sided pages, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by March 6th, 2018 at 1:00 PM (EDT). No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice 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. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Carlton Moreland Carlton.Moreland@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d02169f35a0f58fa7af9ab92a5d3c1a7)
 
Document(s)
Attachment
 
File Name: 36E77618Q9024 36E77618Q9024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4100201&FileName=36E77618Q9024-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4100201&FileName=36E77618Q9024-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04832161-W 20180224/180222232349-d02169f35a0f58fa7af9ab92a5d3c1a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.