Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2024 SAM #8373
SOURCES SOUGHT

Y -- 523A4-20-208 Replace Boilers and Upgrade Controls

Notice Date
10/28/2024 7:29:36 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0041
 
Response Due
11/14/2024 1:00:00 PM
 
Archive Date
12/14/2024
 
Point of Contact
Michael Muller, Contracing Officer, Phone: 603-624-4366
 
E-Mail Address
Michael.Muller@va.gov
(Michael.Muller@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT: The Boston VA Medical Center located at 1400 VFW Pkwy, West Roxbury, MA 02132 has an upcoming requirement for a Firm Fixed Price contract that includes general construction, demolition, modification, and renovation of the existing Central Boiler Plant (Building 8). PROJECT DESCRIPTION: See the attached Statement of Work for what this project includes but is not limited to. This is not a Request for Proposal: The purpose of this notice is to determine if there are qualified SDVOSB, VOSB and Small Businesses that have the experience for this highly specialized type of work and if such firms are interested in this procurement. This Sources Sought Notice is for a design-bid-build project. The NAICS Code is 236220 and the small business size standard is $45 Million. The PSC is Y1NB. The magnitude of construction is between $50,000,000 and $100,000,000. Interested firms should indicate their interest no later than 4:00 pm EST on 11/14/2024 via email to Contracting Officer Michael.Muller@va.gov (Veterans Health Administration, Regional Procurement Office East, Network Contracting Office 1). THE FOLLOWING INFORMATION IS REQUIRED IN RESPONSE TO THIS NOTICE. All information below must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns. If adequate interest is not received this action will not be a set-aside. Please number your responses (1) through (6). Your specific response to the following items is requested. There is no page limit, however five pages should be sufficient to describe your firm. A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s full name, address, point(s) of contact, telephone numbers and email addresses, URL, and UEI. Your firm s bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars along with your current available bonding capacity). Evidence of your experience in replacing and installing comparable boiler projects that are highly specialized and completed within the past five (5) years from the date of this Sources Sought Notice posting. Your projects MUST be similar in size AND scope with a construction magnitude between $20,000,000 to $100,000,000. Provide contract descriptions, location, contract dollar value and the name of the company, agency or government entity for which the work was performed. State your firm s role in the successful project (prime, subcontractor, JV member etc.) Include the name, title, email and phone number of your customer point of contact (i.e., COR, contracting officer, program/project manager). Evidence of financial capability to undertake a project of this magnitude. Evidence can include recent financial statements or other documentation that demonstrates overall financial stability to support a project of this magnitude. If applicable, your firm should provide proof of a valid Joint Venture or Mentor-protege agreement, by supplying the DUNS number/UEI and names of respective JV or MP principals. (See VAAR 819.7003(c) for Joint Venture agreements and VAAR 819.71 for Mentor-protege agreements at https://www.va.gov/oal/library/vaar/vaar819.asp Other information that is useful to show the knowledge and depth of experience of your firm in comparable projects, such as for example, your experience with environmental compliance, permitting processes, certifications, any awards, and recognition, your ability to implement logical and physical security measures and safeguards, accident-free record, etc. NCO 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from verified SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be a set-aside. Interested firms should reply via e-mail to Michael.Muller@va.gov . Firms must be registered in the System for Award Management (SAM). Visit SAM.gov to register in SAM. SDVOSB or VOSB firms must be verified in Vet Cert. https://veterans.certify.sba.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/135e743a515d4bf6b68fa1afda20c3a7/view)
 
Place of Performance
Address: VAMC Boston - West Roxbury Campus 1400 VFW Pkwy, West Roxbury 02132, USA
Zip Code: 02132
Country: USA
 
Record
SN07250924-F 20241030/241028230106 (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.