Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOURCES SOUGHT

Y -- 564-21-1-609-0001 Install Catwalks & Upgrade Piping System Boiler Plant B-10 (564-14-124)

Notice Date
9/25/2020 2:20:53 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q1331
 
Response Due
10/5/2020 12:00:00 AM
 
Archive Date
12/04/2020
 
Point of Contact
FELICIA LOVELADY, CONTRACT SPECIALIST, Phone: 318-466-2912
 
E-Mail Address
FELICIA.LOVELADY@VA.GOV
(FELICIA.LOVELADY@VA.GOV)
 
Awardee
null
 
Description
Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Veterans Health Care System of the Ozarks | Catwalks & Piping B-10 Boiler Plant | Project# 564-14-124 In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, NCO16 is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a VHA procurement opportunity. In case no SDVOSBs or VOSBs possess the capacity, all Small Businesses possessing the necessary capacity are encouraged to provide a response. Results of the preliminary market research will be used to determine the potential future solicitation s set-aside requirement. 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. At this time, 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) Contract. Project Scope Summary: The Contractor must furnish all management, supervision, labor, material, equipment, tools, supplies, parts, and related services, in accordance with the Contract, including but not limited to, SOW, drawings, and specifications to install catwalks, doors, windows, finishes, lead and asbestos abatement, upgrade piping system(s) to include but not limited to piping, valves, pipe hangers, supports, and insulation, and hook up temporary boilers on existing steam distribution system in B-10. The work will consist of but is not limited to 1. Remove and properly dispose: a) Portion of East wall, windows, doors, and railings. 2. Furnish equipment and materials, and install: a) Two (2) temporary 350HP Mobile Steam Boilers, including but not limited to, dual fuel (Natural Gas and No.2 Fuel Oil), Condensate return receiver and pumps, feed water pumps, deaerator(s), water treatment systems, fuel oil pumps. Steam must be delivered at 120 PSIG minimum. b) Temporary fence around construction site. c) Temporary Pipe supports. d) Piping and valves to connect temporary boiler systems to existing piping. e) Duplex condensate return units to return condensate to the temporary boilers. (1) One to return condensate from Buildings 1 & 4. (2) One to return condensate from Buildings 9 & 40. f) Overhead rolling doors and overhead rolling grill doors. g) New brick wall, sawtooth with existing wall. h) Platforms and Catwalks, to include but not limited to, stairs, ladders, railings, support posts, and anchorage to finished floor. i) Temporary and permanent life safety devices. j) New window(s). k) Anchorages on three (3) boilers. 3. Furnish labor and materials to: a) Certify Welders with certificates. b) X-ray steam piping weld joints. c) Lead abatement. d) Asbestos abatement. e) Test asbestos concentration of material to be removed, including but not limited to pipe insulation. f) Test lead concentration of materials, including but not limited to, windows and paint, before abatement. g) Monitor air for asbestos prior to removal, during removal, after removal both inside and outside the containment area as well as personal sampling of those removing the asbestos. h) Remove temporary apparatus, including but not limited to, pipe supports and fencing after construction. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $2,000,000 and $5,000,000. Requested Information: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please identify your firm s small business category. If your firm is either SDVOSB or VOSB, please state whether you are currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction. Current SBA size standard for NAICS 236220 is $36.5M. 3. Please provide a capability statement. Describe your firm s in-house capability to accomplish the summarized project scope/goal; how your firm intends to meet the 15% self-performance requirement per PL109-461; and confirmation that your firm can obtain performance and payment bonds for this project. 4. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address, and telephone number. (b) Contract number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. Response Submission: Please submit your information via email to Felicia Lovelady, Contract Specialist, at Felicia.Lovelady@va.gov, by the closing date and time listed. Please limit your responses to three (3) pages and please include the following as the subject line of your email: SS Response to VHSO | Catwalks & Piping B-10 Boiler Plant | Project# 564-14-124 Please do not include advertising or promotional materials. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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 RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37d4800b31d34f35a8d86b1a0fab75d1/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH CARE SYSTEM OF THE OZARKS ENGINEERING SERVICE 1100 N. COLLEGE AVE, FAYETTEVILLE 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN05811880-F 20200927/200925230155 (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.