Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2022 SAM #7663
SOURCES SOUGHT

C -- Sources Sought Notice | AE | Boiler Plant Replacement

Notice Date
11/21/2022 12:13:52 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622R0144
 
Response Due
11/30/2022 1:00:00 PM
 
Archive Date
01/29/2023
 
Point of Contact
Julius Jones, Contract Specialist, Phone: 501-257-1167
 
E-Mail Address
Julius.Jones@va.gov
(Julius.Jones@va.gov)
 
Awardee
null
 
Description
Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: John L. McClellan Memorial (JLM) Veterans Hospital in Little Rock, AR | Transformational Boiler Plant Replacement | Project# 598-22-116 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. Currently, 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) single award contract. Please provide a positive statement of your company s interest based on an abbreviated scope of work description. Abbreviated Scope of Work: The Central Arkansas Veterans Healthcare System (CAVHS) intends to select a contractor to provide an Architectural/Engineering (A/E) design solution. The A/E Firm shall furnish all services, materials, supplies, travel, and supervision for the preparation of an engineering study, design drawings, and construction drawings and specifications for solicitation for a boiler plant replacement project at the John L. McClellan Memorial Veterans Hospital in Little Rock, AR. Normal work hours for VA sites are 7:00 AM to 4:30 PM Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the Contracting Officer Representative (COR) at least seven (7) working days prior to the proposed start. This project will be delivered in multiple phases throughout the process. The first phase will be the Engineering Study for the steam, steam condensate and boiler systems outside of the boiler plant but throughout the complete remainder of the hospital. The study shall identify the current configurations and deficiencies within the existing components, piping and systems and recommend changes. The engineering study shall include preliminary construction cost estimates for any deficiencies noted. Any proposed alternates included in the recommendations shall also include life cycle costs for comparison. Concurrent with the study, the second phase will address the complete design and phasing of construction for the boiler plant replacement, modification and/or upgrade. The Design Phase will include the changes required to replace, upgrade and/or repair the systems to meet current loads, specific VA/JC requirements, codes and/or standards including redundancy, energy recovery/conservation, and life safety to name a few. During the design phase, constructability, and phasing timelines will be established to keep JLM VAMC operating with minimal disruptions to service. The third phase or Construction Phase shall implement the design, keeping outages and disruptions of service to a minimum while correcting the aging and failing boiler plant. The Boiler Plant Replacement portion of the project will update/upgrade/replace JLM s three (3) 500HP firetube steam boilers and all associated equipment, appurtenances and piping systems in the boiler plant. The existing boilers and associated piping and equipment are original to the building and are 40+ years old. The Performance Period for this project is one hundred eighty (180) calendar days after receiving the Notice to Proceed. VAAR 836.204| Disclosure of the magnitude of design (not construction) for this project is: Between $ 1,000,000 and $2,000,000. Requested Information: 1. 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) 541330 Engineering Services Current SBA size standard for NAICS 541330 is $16.5M. 2. 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. 3. Please state your firm's name, address, UEI and CAGE number, and primary point of contact, including telephone number(s) and email address. 4. 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 Julius Jones, Contract Specialist, at Julius.Jones@va.gov, by the closing date and time listed on this announcement. Please limit your response to three (3) pages and include the following as the subject line of your email: 598-22-116 | Transformational Boiler Plant Replacement-JLM | Sources Sought | Your Firm s Name. Please do not include advertising or promotional materials. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice 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 notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35c7659980a94569b2a0223ec8a83b6a/view)
 
Place of Performance
Address: John L. McClellan Memorial Veterans Hospital 4300 West 7th Street, Little Rock 72205, USA
Zip Code: 72205
Country: USA
 
Record
SN06523642-F 20221123/221122211833 (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.