Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2024 SAM #8341
SOURCES SOUGHT

99 -- Grounds Maintenance Breakroom Modular Building

Notice Date
9/26/2024 1:21:16 PM
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724Q1035
 
Response Due
9/30/2024 1:00:00 PM
 
Archive Date
10/05/2024
 
Point of Contact
Anitra Carter, Contract Specialist, Phone: 254-778-4811 ext. 46425
 
E-Mail Address
anitra.carter@va.gov
(anitra.carter@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs (VA), Veterans Health Administration, Veterans Integrated Service Network 17, Network Contracting Office (NCO) 17 is seeking sources for the following procurement: Modular 4-wall Building System for the VA Sam Rayburn Memorial Veterans Center, Building 35, Grounds Maintenance Shop. The Vendor/contractor shall be responsible for providing a modular 4-wall building system and installation for the VA Sam Rayburn Memorial Veterans Center, Building 35, Grounds Maintenance Shop located at 1201 E 9th St, Bonham, Texas 75418. Product Salient Characteristics of a modular 4-wall building system: The Vendor/Contractor must follow standards set under a certification from ISO 9001:2015 or higher. The modular system most consists of four (4) complete walls that are integrated and interchangeability. The system will have steel floor tracks for holding the wall panels securely in place. The modular system will have a stud structural system: that physically connects, that is designed for quick access to a wiring channel, designed for load-bearing weight, and for stability of wall panels. The modular system will have a roof/ceiling system being 22 gauge of ribbed steel or thicker; including support beams. The ceiling will have pre-wire hung metal grid for standard lay-in acoustical 2 ft by 4 ft ceiling tiles. The size of the modular building needs to be 12 ft x 16 ft with 8 ft wall height. The walls/panel must be rated for Fire & Sound with a steel exterior; the minimal thickness of 3 inches and a maximum thickness of 5 inches. The walls/panels must be created with non-combustible, non-CFC polyurethane for interior insulated and have a G-90 galvanized steel exterior or better. Of the 4-wall system; only one panel will have a window, all other panels will not have a window. One panel will be designed for installation of a HVAC window unit. The modular system will only need 1 single 3070 x 1-3/4 inch, 20 gauge steel door, being pre-hung in the frame; including a door closer, aluminum thresholds, kickplates, and door sweep. The modular system will have one (1) window on one panel: the window size is 48 wide, 36 height, and with a glass thickness of 1/4 inch or thicker. The windows in the single wall panel and in the door must meet the current codes of the National Tempered Glass standard of ASTM C1048, the American National Standard (ANSI) Z97.1, and the International Building Code (IBC) 2406, or higher standards. The modular system will have LED, T-8, bi-pin, 2 x4 recessed lighting system; the lighting system will not have ballasts. The modular system will have a single duplex receptacle on every stud excluding studs designed for corner studs, as it meets the standards for the NEC 2023. Installation height will be to code from the finished floor height. The modular system will have a complete plug & play electric package to include: an 8 circuit, 20-amp breaker box, Square D screw-in breakers. With a dedicated circuit for 120v receptacle drop for HVAC window unit, With a dedicated circuit for 120v receptacle drop for microwave, With a dedicated circuit for 120v lighting kit and light switch, With a dedicated circuit for 120v receptacle drop for fridge, Two dedicated circuits for 120v single duplex receptacle drops, Two empty slots for future growth. All components and installation will meet or exceed NEC 2023 (NFPA 70). Product must comply with Buy American Act and be manufactured in USA. Also, the nonmanufacturing rule does apply to this requirement. Period of Performance: After Receipt of Order (ARO+120 days). Work to be completed within 120 days after receipt of order. The delivery location for this equipment will be VA Sam Rayburn Memorial Veterans Center, Building 35 Grounds Maintenance Shop Located at 1201 E 9th St, Bonham, TX 75418. See referenced attachments for description of work and equipment list: Statement of Work (Draft) NCO 17 is seeking sources that have the capability of providing these products. Firms that can provide these products are encouraged to respond to the sources sought notice by contacting the point of contact. Capable firms must respond to the POC no later than 3:00 PMCT on September 30, 2024, to be considered. Interested firms must identify their company name, SAM UEI number, socioeconomic category, manufacturer s name of product, and are asked to provide a capabilities statement with their response. Please note that the product must comply with Buy American Act and be manufactured in USA. Also, the nonmanufacturing rule does apply to this requirement. This notice is NOT a formal request for quote or proposals. No formal solicitation document exists currently. The information in this notice is for information and planning purposes only and is not to be construed as a commitment by the government. No contract will be awarded from this notice. The acquisition strategy will be decided based on responses and other market research efforts. If parties choose to respond, any cost associated with preparation and submission of data or cost incurred in response to this announcement shall be the sole responsibility of the contractor and will not be reimbursed by the Government. Notice: DO NOT respond to this notice in the Interested Vendors List. Interested firms must respond directly to Anitra Carter, Contract Specialist at: anitra.carter@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95e010a8539f4211be803a629b034ef2/view)
 
Place of Performance
Address: VA Sam Rayburn Memorial Veterans Center 1201 E 9th St, Bonham, TX 75418, USA
Zip Code: 75418
Country: USA
 
Record
SN07226764-F 20240928/240926230123 (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.