Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2022 SAM #7386
SOLICITATION NOTICE

K -- Project_621-22-133 - Bldg. 200 Wing B2 Renovate VAV Controls

Notice Date
2/17/2022 3:15:08 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922B0015
 
Response Due
3/3/2022 8:00:00 AM
 
Archive Date
05/02/2022
 
Point of Contact
Sascha Hertslet, Contract Specialist, Phone: 615-225-6664
 
E-Mail Address
sascha.hertslet@va.gov
(sascha.hertslet@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This presolicitation notice is a follow-on to sources sought notice 36C24922Q0157, which had a draft Statement of Work (SOW) attached. The Department of Veterans Affairs (VA), Network Contracting Officer (NCO) 9 intends to issue an Invitation for Bid (IFB) for a firm-fixed price construction contract for James H. Quillen VA Medical Center (VAMC), Building 200, Mountain Home, TN 37684. The requirement is to renovate 26 Variable Air Volume (VAV) controls and add a new VAV box (Room B249) with reheat and direct digital controls (DDC) in Bldg. 200 Wing B2. This project will include removal of the existing pneumatic controls including: the pneumatic actuator on the VAV box, the pneumatic reheat valve, and the pneumatic thermostat. The pneumatic controls will be replaced by DDC: VAV controller with integrated geared actuator, an electronic geared reheat valve, and an electronic thermostat. These DDCs will connect to Mountain Home VAMC s existing Computrols system. Definition: Solicitations under sealed bid procedures are called ""invitations for bids."" - Part 2 - Definitions of Words and Terms | Acquisition.GOV NAICS code 238220 Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $16.5M. The product service code (PSC) is K041. This requirement will be procured per Federal Acquisition Regulation (FAR) 36.213 Special Procedures for Sealed Bidding in construction contracting. Magnitude of construction is $250,000.00 - $500,000.00. The invitation for bids (IFB) is expected to be posted on or around 3/4/2022, with an opening of bids on or around 4/4/2022, and tentative contract completion date 158 calendar days from the Notice to Proceed. All requests for an IFB should be submitted no later than 10:00am (CST), 3/3/2022. This requirement is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under the authority of 38 U.S.C §8127 (d). Only those SDVOSB s listed and viewable in the Center for Verification & Evaluation (CVE) database located at https://www.vip.vetbiz.gov/. The CVE database will be checked at the time of offer submission as well as prior to award. All offers must also have an active listing in the System for Award Management (SAM) database. Due to the anticipated IFB is set-aside for SDVOSBs and the assigned NAICS is for Construction by special trade contractors, the Limitations on Subcontracting under FAR 52.219-14 and VA Acquisition Regulation (VAAR) 852.219-10 would apply. Any interested bidder must not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. Another way to express this is that construction by special trade contractors must ensure that at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. The awarded contractor must also submit evidence of enrollment with VETS4212 - VETS-4212 Federal Contractor Reporting | U.S. Department of Labor (dol.gov) The proposed contractor must also be determined responsible by the Contracting Officer (CO) in accordance with FAR Part 9 - Part 9 - Contractor Qualifications | Acquisition.GOV before any award can be made. No charge is expected for any solicitation documents. Any plans for inspection will be available from the engineering office at the affected site in the statement of work (SOW) without charge. Questions related to this requirement will only be addressed in writing by way of email to the Contract Specialist, Sascha Hertslet, at sascha.hertslet@va.gov. The Project number, Project Name and PreSolicitation Number must be included in the subject line of all questions related to this requirement. Bidders are advised that this requirement may be delayed, cancelled, or revised at any time during presolicitation, solicitation, and final award process. END OF PRESOLICITATION NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1805b9bb47748eb8e919afaf2688b0d/view)
 
Place of Performance
Address: Department of Veterans Affairs (VA) James H. Quillen VA Medical Center (VAMC) Corner of Lamont Street and Veterans Way Bldg 200, Mountain Home 37684
Zip Code: 37684
 
Record
SN06245651-F 20220219/220217230101 (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.