DOCUMENT
B -- HRSD Infiltration and Inflow Project - Attachment
- Notice Date
- 2/28/2018
- Notice Type
- Attachment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24618Q9114
- Response Due
- 3/18/2018
- Archive Date
- 6/25/2018
- Point of Contact
- Daniel Spaulding
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 3 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24618Q9114 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. Additionally, the Government reserves the right to revise specifications, and refine contract requirements, before the release of any associated solicitation. This is not a request for Standard Form 330, Architect-Engineer Qualifications (SF330) packages. This is not a Request for Proposals (RFP) or Invitation for Bids (IFB). DUE DATE FOR RESPONSES: The due date for responses to this notice has been extended to Sunday, 18 March 2018, at 08:00PM EST. A total of eighteen (18) calendar days are being provided to respond. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential architect-engineer sources for a hydrology study, to be procured under contract. The site location of the study is the hospital campus of the Hampton VA Medical Center in Hampton, Virginia. A draft Statement of Work is attached for reference. Other relevant attachments are provided. DRAFT SCOPE OF WORK A/E shall complete the below Infiltration/Inflow (I/I) Compliance Milestones for the Hampton Veterans Affairs Medical Center (HVAMC). 1. Provide GIS database of information of the Facility to HVAMC for review and comment as outlined in Sections 1.3 and 3.2 of the Federal Facility Technical Standards. HVAMC has some CAD and information available. Due to HVAMC within 45 days of the NTP. 2. Prepare a Preliminary Flow, Pressure, and Rainfall (FPR) Monitoring Plan. The PFPR Monitoring Plan shall be submitted to HVAMC for review and approval as outlined in Sections 1.3 and 3.3 of the Federal Facility Technical Standards. Due to HVAMC within 80 days of the NTP of milestone 2. 3. Prepare a Flow monitoring for Sewer System Evaluation Survey (SSES) Basin identification. The SSES shall be completed within 120 days of HVAMC approving the Preliminary FPR Plan. Notification that the flow monitoring for SSES Basin Identification has been completed and all associated flow monitoring data shall be received by HVAMC within 45 days of flow monitoring completion. 4. Prepare a FPR Evaluation Report. Report shall be submitted to HVAMC for review and comment, as outlined in Sections 1.3 and 3.5 of the Federal Facility Technical Standards, prior to sewer rehabilitation activities being initiated. Due to HVAMC within 210 days (45 days after milestone 3) of HVAMC approving the Preliminary FPR Plan (milestone 2). 5. Develop and apply a hydrologic model that shall be used to evaluate system performance under a variety of hydrologic conditions. The Model Development Documentation shall be submitted to HVAMC for review and approval as outlined in Sections 1.3 and 4.5 of the Federal Facility Technical Standards. Due to HVAMC within 120 days of completion of the FPR. 6. Develop a SSES Work Plan and shall be submitted to HVAMC for review and approval as outlined in Sections 1.3 and 5.2 of the Federal Facility Technical Standards. Due to HVAMC within 90 days of HVAMC approving the Model Development Documentation. 7. SSES work activities shall be completed within 6 months of HVAMC's approval of the SSES Work Plan. Notification of completion of field activities due to HVAMC within 30 days of completion of work. 8. Develop, complete, and document a Condition Assessment of Sewers and Pump Stations to develop the Rehabilitation Plan. The Rehabilitation Plan and Condition Assessment Documentation along with a schedule must be submitted to HVAMC for review and approval as outlined in Sections 1.3, 6.7 and 7.6.1 of the Federal Facility Technical Standards. The Rehabilitation Plan and Condition Assessment Documentation are due to HVAMC within 120 days of completing the SSES work activities. QUALIFICATIONS A potential source is considered to be any firm meeting the following requirements. Based on responses to this notice, some of the below requirements may be modified, where necessary, prior to release of any solicitation. 1. Primary or established Auxiliary/Satellite Office location within a 500-mile radius of the Hampton VA Medical Center, as measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). 2. Licensed to provide Engineering services in the State of Virginia, in accordance with State regulations. 3. Registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 4. Registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs. 5. Submission of the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for federal contracts in the amount of $150,000.00 or more). 6. Favorable past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database. NAICS CODE: 541690, Other Scientific and Technical Consulting Services (SBA Size Standard: $15.0M annual revenue) PRODUCT OR SERVICE CODE (PSC): B517, Special Studies/Analysis- Geological INSTRUCTIONS FOR RESPONDING: Potential sources for this requirement shall respond, via email, to daniel.spaulding@va.gov, with the following information: (1.) Firm Point of Contact, including name, title, phone number, email address. (2.) Firm name, DUNS number and address of the applicable office. (3.) State of Virginia Board for APELSCIDLA license number(s) for the Professional Engineer License(s) held. POINT OF CONTACT: Daniel Spaulding Contracting Officer Construction Team 2 Network Contracting Office 6 (NCO 6) 100 Emancipation Dr. Hampton, Virginia 23667 757-315-3964 Daniel.spaulding@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9114/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q9114 36C24618Q9114_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4114250&FileName=36C24618Q9114-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4114250&FileName=36C24618Q9114-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q9114 36C24618Q9114_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4114250&FileName=36C24618Q9114-003.docx)
- Place of Performance
- Address: Hampton VA Medical Center;100 Emancipation Dr.;Hampton, Virginia
- Zip Code: 23667
- Zip Code: 23667
- Record
- SN04838525-W 20180302/180228231735-2a6678787b6a40046a8136d294ee150b (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 |