Inactive
Notice ID:36C24624Q1037
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is soliciting responses to determine sources for the W. G. Bill Hefner Veterans Affairs Medical Center located in Salisbury, NC to complete replacemen...
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is soliciting responses to determine sources for the W. G. Bill Hefner Veterans Affairs Medical Center located in Salisbury, NC to complete replacement of an existing Chill Water Main. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists currently. All responsible sources must submit a capability statement fully addressing its capabilities, capacity, and location which shall be considered by the agency. Replacement of Existing Chill Water Main The Contractor shall provide, but not limited to all equipment, personnel, and services to complete replacement of existing Chill Water Main as indicated within contract documents. All work, including final cleanup and completion of any punch list items, shall be performed within 90 calendar days of receipt of the Notice to Proceed. Work includes, but not limited to: 1.2 GENERAL: Contractor shall execute work as described and shall submit, but not limited to, the following items: Warranty Management Plan Project Schedule Accident Prevention Plan (APP) Activity Hazard Analyses (AHA) for each definable feature of work. Quality Control Plan (Three Phase Control System) Environmental Protection Plan Waste Management Plan 1.3 EXISTING CONDITIONS: Site Preparation: Contractor to conduct Site Survey before mobilizing. Coordinate with COR of location of material and/or office support elements. Dumpster shall be located on site and covered at all times. Coordinate with COR for location. All debris shall be removed from site and if exposed outside of construction area it shall be covered and protected at all times. Contractor shall protect all storm inlets and drains from any erosion from site. These measure along with others shall be indicated in the Environmental Protection Plan. Infection control measures shall be deployed at all times. Contractor must contact utility Location Services. Existing utility liens and services must be located, flagged, and not disturbed without meeting requirements of contract documents. Dumpster shall be located on site and covered at all times. Coordinate with COR for location. Contractor shall submit a mobilization plan indicated existing site in relationship to any mobilization activities. Existing VA Sign to be removed and turn over to VA -COR. New area for VA sign is indicated on G-104 Landscape area. Contractor shall run new electrical per contract drawings, coordinate with COR. The responses to this notice will assist in determining the socio-economic set aside, if feasible. The Veteran s Administration is required by Public Law 109-461 to give priority consideration to SDVOSB and VOSB businesses if there are sufficient firms available to compete under a set aside procurement. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition. In which case, all interested parties responding shall be eligible to submit a quote. This notice shall not be construed as a commitment by the Government to ultimately award a contract nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this notice must include the following information in sufficient detail: Company/individual name, Address, Point of contact with phone number, Information describing your interest, SAM Unique Entity ID, Capabilities statement, Company Socio-Economic category (i.e., large, small, SDVOSB, VOSB, WOSB, etc.), Relevant past performance, Previous contracts of like or similar work along with contract award prices, If subcontracting is contemplated, provide subcontractor s name and their relevant past performance The applicable NAICS code is 238220 and the size standard is $19.0 million dollars. All responses shall be submitted no later than Wednesday, July 3, 2024, at 1:00PM EST. Responses shall be emailed to: Beverly.darden@va.gov. No telephone inquiries will be accepted.