SOURCES SOUGHT
Z -- SOURCES SOUGHT NOTICE- PARKING LOT CLEANING, MAINTENANCE AND INSPECTION
- Notice Date
- 8/25/2022 5:49:57 AM
- Notice Type
- Sources Sought
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0892
- Response Due
- 9/5/2022 7:00:00 AM
- Archive Date
- 10/05/2022
- Point of Contact
- AARON ROGERS, Contracting Officer, Phone: 414-844-4800 x44352
- E-Mail Address
-
aaron.rogers1@va.gov
(aaron.rogers1@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 6 of 6 Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 4 of 6 Page 4 of 6 This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology. The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing: The Contractor shall provide all management, labor, equipment, materials, and supplies to visually inspect, clean/ power wash, and repair any concrete cracking up to 299 linear feet on parking structures 4 and 7, located on the Clement J. Zablocki Medical Center, in Milwaukee WI 53295, and in accordance with the Statement of Work. SPECIFIC SERVICES REQUIRED A. Contractor will perform a wash down and visual inspection to determine the work necessary to bring the structure into good condition 1. Double Tee Floor Members: Visually inspect for delamination, spalling, cracking, and scaling. Check flange connections for weld failures or corrosion damage. 2. Joint Sealants: Check all joint sealants for signs of deterioration and leaks. 3. Repair cracks found in the concrete work that may affect the overall integrity of the structure. If the repairs needed are more than 300 linear feet, a quote must be provided to the COR and a new PO issued before work can commence on the additional work. B. All Services and any related materials are proposed to be provided in accordance with precast concrete industry standards as set forth in the then current PCI manuals and publications. C. The contractor will provide a detailed drawing with the deficiencies found noting the length in linear feet of the cracks found. NOTE: Additional parking structures may be added throughout the duration of this contract. A quote must be provided by the Contractor and approved by the Contracting Officer (CO) and the Contracting Officer Representative (COR) before commencement of work. EXCLUSIONS A. The Scope of work, excludes inspection of the following: Parking Access and Revenue Control Equipment Lighting: including Light Fixtures, Exit and Emergency Lights Exit and Emergency Lighting Security Systems: including Close Circuit TV, Audio Surveillance, Panic Buttons, Stair Door Alarms Fire Protection Systems Elevators Plumbing System Ventilation and Ventilation Equipment Snow Removal Equipment Tripping Hazards, Including Curbs, Stair Thresholds, and Floor Surfaces Doors and Hardware Painting Non-Steel Areas, Curbing, Restriping, Graffiti Removal, and Wall Cleaning HVAC System Electrical System Landscaping Roofing and Flashing Signs (Graphics) Windows Lavatory, Office, Waiting Room, Janitorial Service Area Carbon Monoxide Monitor(s) Handrails & Guardrails Stair and Elevator Towers: Including Handrails, Stair Treads and Landings, Stair Members, and Walls CLEMENT J ZABLOCKI VAMC 5000 W NATIONAL AVE MILWAUKEE WI 53295 The Government requests that interested parties submit a brief overview of their firm s capabilities -submit a statement of capability outlining their firm s capabilities related to this requirements stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (including name, title, address, telephone number, and email address) SAM UEI Number Business Size (i.e. annual revenues and employee size) Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.) NAICS Code GSA Contract Number Any other pertinent information Requirements: SDVOSB/VOSB contractors that respond must also be able to follow the limitations of subcontracting language (see Below) The response date to this Sources Sought Notice is SEPTEMBER 5TH at 09:00 a.m. Central. Electronic submissions may be submitted via email to Aaron Rogers at aaron.rogers1@va.gov VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102. ] X Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. 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. The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and Prosecution for violating section 1001 of title 18. The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fa5611d867e46288fd98eb6852d0f16/view)
- Place of Performance
- Address: CLEMENT J ZABLOCKI VA MEDICAL CENTER 5000 W NATIONAL AVE, MILWAUKEE 53295
- Zip Code: 53295
- Zip Code: 53295
- Record
- SN06441998-F 20220827/220825230133 (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 |