Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
DOCUMENT

Z -- Project 676-14-121B Correct Legionella Deficiencies B402 at the Tomah VA Medical Center in Tomah, WI. - Attachment

Notice Date
4/24/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218B0839
 
Response Due
4/27/2018
 
Archive Date
5/11/2018
 
Point of Contact
Kristi Kluck
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY PROJECT: 676-14.121B Correct Legionella Deficiencies LOCATION: Tomah VA Medical Center 500 E. Veterans Street Tomah, WI 54660 The purpose of this public notice is to collect information from small business interested in submitting a bid as the prime contractor for the work listed below associated with NAICS 238220 Plumbing, Heating and Air-Conditioning Contractors whereby the business is engaged in installing and servicing plumbing, heating and air-conditioning equipment. Small Business Administration (SBA) NAICS 238220 size requirement is $15 million. This project primarily involves furnishing, installing and programming a water quality monitoring system and a packaged hot water mixing station with the related temperature sensors, solenoid valves, DDC controllers, check valves and drain piping. Estimated period of performance is 210 calendar days. Estimated price range for construction is between $100,000 and $250,000. Reference Attachment 1. Vendors strongly interested in this project as the prime contractor shall respond to this notice and provide the information listed below: 1. Company name, address, point of contact, phone number, DUNS number, and business status. 2. This business meets the following FAR and VAAR small business classifications: ___ Yes / ____No: IAW FAR 52.219-1, this company provides construction services assigned to NAICS 238220 and is a small business under the SBA Program. ___ Yes / ____No: IAW VAAR 852.219-10, this company provides construction services assigned to NAICS 238220 and is a qualified veteran-owned small business concern eligible under the VOSB CVE-VIP Program https://www.vip.vetbiz.gov/. ___ Yes / ____No: IAW VAAR 852.219-10, this company provides construction services assigned to NAICS 238220 and is a qualified service-disabled, veteran-owned small business concern eligible under the SDVOSB CVE-VIP Program https://www.vip.vetbiz.gov/. ___ Yes / ____No: IAW FAR 52.219-1, this company provides construction services assigned to NAICS 238220 and is a woman-owned small business concern eligible under the WOSB Program. ___ Yes / ____No: IAW FAR 52.219-1, this company provides construction services assigned to NAICS 238220 and is an economically disadvantaged woman-owned small business concern eligible under the EDWOSB Program. ___ Yes / ____No: IAW FAR 52.219-1, this company provides construction services assigned to NAICS 238220 and is a historically underutilized business under the HUBZone Small Business program. ___ Yes / ____No: IAW 13 U.S.C. 125.6(a)(4) the prime contractor s limitations on subcontracting shall be no more than 75% of the amount paid by the government to the prime may be paid to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Reference internet links provided in Note 1 below. 4. Provide documentation relating to the business capability of performance. Provide two (2) examples of projects like the above noted project regarding scope, complexity, and cost magnitude. 5. Provide details on how your company will comply with the 75% subcontracting limitations for the specialty plumbing trade. Total response shall be no more than three (3) pages. Responses shall be submitted via email to Kristi.Kluck3@va.gov no later than 4:30 PM CST, April 27, 2018. THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this Sources Sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. NOTE 1: https://www.gpo.gov/fdsys/pkg/CFR-2012-title13-vol1/pdf/CFR-2012-title13-vol1-sec125-6.pdf https://www.ecfr.gov/cgi-bin/text-idx?SID=50ff66d5d1cc9357d5f4ce114fcc5c79&mc=true&node=pt13.1.125&rgn=div5#se13.1.125_16 Attachment(s)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218B0839/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218B0839 36C25218B0839_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4252556&FileName=36C25218B0839-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4252556&FileName=36C25218B0839-000.docx

 
File Name: 36C25218B0839 P02 MR FBO Sources Sought_Att1 SOW 676.14.121B.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4252557&FileName=36C25218B0839-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4252557&FileName=36C25218B0839-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Tomah VA Medical Center;500 E. Veterans Street;Tomah, WI
Zip Code: 54660
 
Record
SN04898896-W 20180426/180424230410-16dc0f5d1ce86b48a6374c8d06c7756b (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.