Inactive
Notice ID:36C24623Q1430
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office (NCO) 6 Sources Sought 36C24623Q1430. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research ...
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office (NCO) 6 Sources Sought 36C24623Q1430. 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 Durham VA Health Care Center in Durham, North Carolina. 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 $2,000,000 and $5,000,000 but is subject to revision prior to release of a solicitation. The anticipated Period of Performance is no more than 360 days from the Notice to Proceed. SCOPE OF WORK Description of Work - Summary: The atrium of the Durham VA Health Care Center, 508 Fulton St, Durham, NC needs improvement to meet current fire codes by having a smoke exhaust system installed with supporting ducting, electrical, and fire protection utilities, new fire-rated windows, and atrium roof replacement. The Durham VA atrium is the main dining area of the hospital, scheduling of work will be an important aspect of construction schedule. General: The contractor shall replace and install a new smoke exhaust system, new supply system, and roof replacement to meet the design requirements. New ducting, electrical, and fire alarm system upgrades will need to be done for the new exhaust system. The contractor will have to coordinate the installation schedule with Durham VA, it is anticipated that all roof replacement will have to be done on weekends. The contractor is responsible for providing all supervision, materials, labor, equipment, transportation, testing, and storage for this project. The contractor will be required to provide alternate source to minimize operation at reduced capacity without services. Shutting down of the entire dining area during normal weekday hours for construction will not be allowed. 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 VetCert database, in accordance with priorities set by regulation. To be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: · VA Acquisition Regulation (VAAR) 819.7003 - Eligibility · VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside · VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. PROPOSED NAICS CODE: 236220, Commercial and Institutional Building Construction (SBA Size Standard: $45 million annual revenue). MUST have knowledgeable experience. PRODUCT OR SERVICE CODE (PSC): Y1DA, Construction 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 angela.wilson4@va.gov and vangie.miller@va.gov, with the following information: (1.) Name and address of your company (2.) Name, phone number and email address of point of contact (3.) SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) (4.) Proposed NAICS code (if different from above) (5.) Capabilities statement, to include experience with contracts of similar scope and magnitude. (6.) Information describing your interest. (7.) Provide proof that your firm is capable of Performance and Payment bonds for a project valued between $2,000,000 and $5,000,000 (bonding capacity). (8.) Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) (9.) A brief statement on how you will comply with the Limitations on Subcontracting, if applicable In addition to this information, please include responses to all the following in your submission: What additional information would you require to provide an offer for this project? Is the anticipated Period of Performance sufficient to complete the project? Is the anticipated Magnitude of Construction appropriate for this project? 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, 29 September 2023, at 10:00AM Eastern Time. No telephone inquiries will be accepted.