Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOURCES SOUGHT

56 -- Modernize Elevators 1 through 4 Marion IL VAMC (P/N 657A5-19-903) (VA-20-00084527)

Notice Date
9/8/2020 5:44:50 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36E77620Q0097
 
Response Due
9/16/2020 8:00:00 AM
 
Archive Date
12/15/2020
 
Point of Contact
joshua.slapnicker@va.gov, Joshua Slapnicker, Phone: 216-447-8300
 
E-Mail Address
joshua.slapnicker@va.gov
(joshua.slapnicker@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SYNOPSIS: 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, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources to conduct all necessary support to modernize four (4) existing overhead traction elevators on the Marion campus. The elevators in question are located adjacent to the wall which separates buildings 1 and 38. There are two (2) paired elevators in building 1 and two (2) paired elevators in building 38 in order to support the Renovate Elevators 1 through 4 project of the Marion Veterans Affairs Medical Center (VAMC). This is a CONSTRUCTION project. PROJECT DESCRIPTION: The primary intent of this Construction effort is to modernize four (4) existing overhead traction elevators on the Marion campus. The elevators in question are located adjacent to the wall which separates buildings 1 and 38. There are two (2) paired elevators in building 1 (designated Elevators 1 and 2) and two (2) paired elevators in building 38 (designated Elevators 3 and 4). The Building 1 elevators were originally installed in 1971 and upgraded in 1988 when the Building 38 elevators were added. The work will include all tasks indicated or implied by the project drawings and specifications. The basic scope will consist of mechanical, electrical and communication upgrades to all elevator systems as well as upgrades to the HVAC systems which regulate the environment in the elevator machine rooms as well as upgrades to the electrical power distribution network which serves the elevator systems. Minor architectural and hazardous material mitigation activities are also part of the work scope. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the construction approach outlined in FAR Part 14 Sealed Bidding. This project is planned for advertising in 2020. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the study is currently estimated at 252 calendar days from the issuance of a Notice to Proceed. The results and analysis of the 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. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: 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 236220. 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.). 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. It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by September 16, 2020 at 11:00 AM ET. 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. If a solicitation is released it will be synopsized on 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: VHA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Joshua Slapnicker Contract Specialist joshua.slapnicker@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79aef2bd4e5047e5984ee3dbafc8cbc9/view)
 
Place of Performance
Address: 2401 W. Main St. Marion, IL 62959, USA
Zip Code: 62959
Country: USA
 
Record
SN05790370-F 20200910/200908230157 (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.