Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 27, 2022 SAM #7636
SOURCES SOUGHT

Z -- Lebanon VAMC Pave and Modify Loop and Parking Project

Notice Date
10/25/2022 4:50:54 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423R0014
 
Response Due
11/8/2022 12:00:00 PM
 
Archive Date
01/07/2023
 
Point of Contact
Delonda Ward, Contract Specialist, Phone: 412-822-3778
 
E-Mail Address
delonda.ward@va.gov
(delonda.ward@va.gov)
 
Awardee
null
 
Description
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 4 (NCO 4) Sources Sought Notice Lebanon VA Medical Center Pave and Modify Loop and Parking Project #595-60-601 This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for a firm fixed price contract for a paving and civil work project on a small business set-aside basis, provided 2 or more fully qualified and capable small businesses respond to this source sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set-aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Business Development Program, Small Disadvantage Business (SDB), Women-Owned Small Business (WOSB), and Historically Underutilized Business Zone (HUBZone) Small Business), to identify their capabilities in meeting the requirement at a fair market price. We are also seeking responses from interested sources that are other than small businesses who are qualified and capable of providing the services required. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submission of any information in response to this source sought notice is purely voluntary. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (SAM.gov). It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry (SAM.gov) for additional information pertaining to this requirement. The Lebanon Veterans Affairs Medical Center (VAMC) located in Lebanon Pennsylvania has a requirement to remove and repave several areas of the main loop road that circumnavigates the medical center. The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment in performance of all operations required in connection with the pavement contract. The magnitude of construction for the project is between $5,000,000 and $10,000,000 but is subject to revision prior to the release of the solicitation. The anticipated NAICS code is 237310 Highway, Street, and Bridge Construction, Size Standard $39.5M. The work includes but is not necessarily restricted to the following items: Proper, adequate, and proficient supervision shall be provided by the contractor throughout all phases of work. Unless otherwise approved, the Contractor shall be permitted to do the work between the hours of 6:30 a.m. to 6:30 p.m., Monday through Friday, exclusively. Prior to the contractor performing any work during hours other than those specified, the contractor shall submit a request to the COR for approval by the Contracting Officer. Requests shall be submitted no less than 24 hours prior to the time the contractor desires to work. Site evaluation, subgrade and subbase preparation, demolition, new stormwater installation, curbing and electrical work are elements of work to be anticipated on this project. Asphalt mix design, pavement milling, priming and tack coating, placement of asphalt concrete and compaction of asphalt concrete are to be expected. This work may contain requirements for milling of pavement. Additional requirements for constructing, raising or repairing manholes/inlets and valves. Constructing or replacing stormwater inlets, stormwater pipes, curbs and gutters. Additional requirements for Utility Road crossing repairs to include demolition and construction. Installing reflective paint and thermoplastic paint striping, arrows, handicap markings and letters as shown. Additional requirements for removal and installing wayfinding signs and pavement markings, including crosswalk pavement markings. All work shall follow the requirements of MUTCD. Installation of concrete pipe and concrete conduit banks to include excavation, backfilling, and compaction. Demolition and construct parking lots, roadway, and related drainage structures. Remove and install fencing. Establish grass and erosion control on job sites. This is not an RFP, but instead a research method to determine interested sources prior to issuing the solicitation. The purpose of this sources sought notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. The Government will not award a contract based on this sources sought notice, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. In response to this source sought notice, please provide: Name of the firm, point of contact, phone number, email address, Unique Entity Identification number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s)such as SDVOSB, VOSB, SDB, 8(a), HUBZone, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. By responding to the Sources Sought Notice, I confirm that my firm, has previously and satisfactorily completed at least three projects under the above mentioned North American Industry Classification System (NAICS) (237310 Highway, Street, and Bridge Construction). Please provide TWO project references with a contract value of at least $2,500,000.00 each. (Performed under the above mentioned NAICS) and please answer, at a minimum, the following questions. Title of Project? Dollar Value? Location? Customer / Agency? Was your firm the Prime Contractor or a Subcontractor? % Of Contract that was Self-Performed? A Man-hours Assessment. (When calculating, do NOT include Materials or General Conditions.) What were the work elements your firm self-performed for this project? By responding to this sources sought notice, I confirm that my firm, individually or through association with joint ventures or teaming partners, is capable of obtaining Performance and Payment bonds for a project valued at $10,000,000 (bonding capacity). Responders shall provide a letter from their bonding company stating these bonding capabilities. By responding to this source sought notice, I confirm my firm is registered in the System for Award Management (SAM) https://www.sam.gov/ or in the process of registering in SAM. ** Please review the following clause as it may be included within the solicitation / award, as it pertains to Small Business. 852.219-77 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) -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. Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Contact the Contracting Officer or Contracting Specialist, Karen Callahan, at Karen.Callahan1@va.gov or 717-272-6621 x5069 or Delonda Ward at Delonda.Ward@va.gov or (412) 822-3778, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition and this announcement. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Due date for the responses is November 8, 2022, by 3:00 pm Eastern Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f963d99b1b3a47c69f99fb40f5a8c029/view)
 
Place of Performance
Address: Lebanon VA Medical Center 1700 South Lincoln Ave, Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06502522-F 20221027/221025230102 (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.