Inactive
Notice ID:36C24621Q1413
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24621Q1413 OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research...
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24621Q1413 OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for services to complete the below scope of work. The place of performance will be the hospital campus of the Hampton VA Medical Center in Hampton, Virginia. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice; the purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. The magnitude of construction for this project is currently between $1,000,000 and $2,000,000 but is subject to revision prior to release of a solicitation. SCOPE OF WORK Provide construction services to correct (heating, ventilation, and air conditioning -HVAC) deficiencies including architectural, and (mechanical, electrical and plumbing - MEP) in building 110A (Sterile Processing Service - SPS) and all associated work as per attached plans and specifications at Hampton, VA Veterans Medical Center. General: BASE PROPOSAL ITEM I, GENERAL CONSTRUCTION: Work includes, but is not limited to, general construction, alterations, architectural, interior finishes, mechanical and electrical work, and certain other items to supplement the existing outdated and undersized HVAC system to maintain the required SPS temperature and humidity in the space. The project shall include cleaning of the ductwork. The project shall comply with Directive 1116, SPS design guide and the HVAC design manual specifically the requirements in section 2.8 necessary removal of existing construction and certain other items. See the solicitation notice for the instructions to offerors and deduct alternates. PROPOSAL ITEM II DEDUCT ALTERNATE NO. I: Perform all work described in Base Proposal Item I above except: Proposal Deduct: Eliminate all elements associated with the glycol runaround energy recovery system. Removed elements include glycol coil in AHU, glycol coil in exhaust ductwork, exhaust filter bank, new exhaust ductwork in crawlspace (all ductwork in the crawlspace/pipe basement would be existing to remain if the deduct alternate is taken), glycol insertion pump package, glycol water circulation pump, air separator, expansion tank, chemical feeder, and glycol/water piping. Control points associated with the glycol system would be removed. Electrical deduct shall consist of all electrical connections, conduit, conductors, switches and appurtenances associated with pumps 110A-GP-1 and 110A-GP-2. Electrical circuit breakers serving these items shall instead be Spare if the deduct is accepted. Architectural deduct work shall consist of concrete equipment base for associated pump along with painting and any other associated general trades work. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation. NAICS CODE: 238220, Plumbing, Heating and Air-Conditioning Contractors (SBA Size Standard: $16.5 million annual revenue). MUST have knowledgeable experience. PRODUCT OR SERVICE CODE (PSC): Z2DA, Repair or Alteration of Hospitals and Infirmaries THERE IS NO SOLICITATION AT THIS TIME. This request for capability information and does not constitute as a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to vangie.miller@va.gov, with the following information: (1.) Name and address of your firm (2.) Name, phone number and email address of point of contact (3.) DUNS Number/TIN/Cage Number (4.) Certified Business Type (5.) Briefly describe your experience with correcting (heating, ventilation, and air conditioning -HVAC) deficiencies including architectural, and (mechanical, electrical and plumbing - MEP). (6.) Verify current registration within the SAM Registration System, System for Award Management (SAM). (7.) Provide proof that your firm is capable of Performance and Payment bonds for a project valued between $1,000,000 and $2,000,000 (bonding capacity). This notice is to assist the VA in determining sources only. Additional information, including the solicitation will be published on the beta. SAM website beta.SAM.gov. Responses to this synopsis are not considered an adequate response to any future solicitation announcements. Responses to this synopsis is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. DUE DATE FOR RESPONSES: This notice will close on Friday, 24 September 2021, at 11:00AM Eastern Time.