Z2DA--436-24-102 legionella Domestic Water (VA-23-00026400)
AN AMENDMENT TO SOLICITATION 36C25923R0048 on May 24, 2023. The purpose of this amendment is as follows: To provide responses to RFI s submitted.
AN AMENDMENT TO SOLICITATION 36C25923R0048 on May 24, 2023. The purpose of this amendment is as follows: To provide responses to RFI s submitted.
Data sourced from SAM.gov.
View Official Posting »
THIS IS A PRESOLICITATION NOTICE A REQUEST FOR PROPOSAL POSTED ON OR ABOUT April 15, 2023. 436-24-102 Legionella Domestic Water. 36C25923R0048. The Contractor/Vendor will provide construction services... THIS IS A PRESOLICITATION NOTICE A REQUEST FOR PROPOSAL POSTED ON OR ABOUT April 15, 2023. 436-24-102 Legionella Domestic Water. 36C25923R0048. The Contractor/Vendor will provide construction services to The VMC Miles City Legionella mitigation effort includes several modifications and oversite monitoring to the hot and cold-water system to prevent contamination. The NAICS code for this procurement is 236220 with a small business size standard of $45 M. The magnitude of this project is between $500,000 and $1,000,000. This project will be 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, as stated below. The POC for this project will be Timothy Verburgt. He can be contacted at 303-712-5707 or email at Timothy.Verburgt@va.gov. Important Notice: Apparent successful offerors must apply for and receive verification from the U.S. Small Business Administration (SBA) Veteran Small Business Certification (VetCert) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the SBA VetCert at the time of offer submission. Failure to be both VERIFIED by VetCert and VISIBLE on VetCert at the time of offer submission and contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the SBA s VetCert and submit the required documents to obtain VetCert verification of their SDVOSB status if they have not already done so. 852.219-73 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 819.7011, insert the following clause: VA Notice Of Total set-Aside For Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) (a) Definition. for the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : (1) Means a small business concern - (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA's Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP-listed SDVOSB, unless otherwise stated in this clause. (2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows: (1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract (2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] __By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _X_By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment). (End of clause)
Data sourced from SAM.gov.
View Official Posting »
Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Sources Sought. Purpose: Ft Harrison, MT VAMC | Miles City Domestic Water Legionella Project | Project# 43... Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Sources Sought. Purpose: Ft Harrison, MT VAMC | Miles City Domestic Water Legionella Project | Project# 436-24-102. This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 236220 - Commercial and Institutional Building Construction Contractors (size standard of $45M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this synopsis, a solicitation announcement may be published. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Construction Contract. Project Scope Summary: The VA Montana Healthcare System requires the services of a qualified General Contracting firm to provide construction services The VAMC Miles City Legionella mitigation effort includes several modifications and oversite monitoring to the hot and cold-water system to prevent contamination including 1.) Double check valve back flow preventors (4) to prevent contamination of the water source. 2.) Installation of Water Quality Monitoring System (1) to monitor the water quality. The chlorine process management device requires a 110 electrical circuit to the unit for low voltage. 3) Installation of Water Temp. Monitoring System (4) to measure the water temperature To help alleviate Legionella in the system. 3.) Installation of (38) Armstrong RADA Digital sink Faucets model MX1 40US at the locations indicated in the attached plans to prevent standing water. Each sink requires a 110 electrical circuit to the low voltage transformer located at the faucet. 4.) The installation of (13) Armstrong shower controls- model DMV 2 also to prevent standing water. Each shower requires a 110 electrical circuit to the low voltage transformer located at the shower. 5.) The installation of an Armstrong Gamma/X pump-1602, (2), see detail M-03, (10). The Gamma/X pump has an existing 110 electrical circuit near this location. Work will also include final commissioning of the system to ensure controls are coordinated and working correctly with existing Building Automation System for the Reagent-Free Analyzers, and the lavatories and showers. The Contractor shall provide all necessary labor, materials, tools, equipment, and services to properly execute the project. Construction of this project must meet all applicable codes, regulations, and standards. This includes but is not limited to NFPA Codes, NEC, UPC, EPA, DEQ Regulations, OSHA 1926, and TJC Standards. Additionally, the construction is required to meet all applicable laws and regulation not explicitly stated in this document. Compliance with public law regarding energy utilization is required, therefore selected equipment shall be designated FEMP or ENERGYSTAR compliant and can exceed the performance. The intent of this project is established within these documents. As part of this project, drawings may be provided by the VA. These drawings are for reference and informational use only. They shall not be used to exclusively define existing conditions. It shall be the responsibility of the Contractor to perform a site investigation to identify site conditions and quantities to ensure integrity throughout the project prior to submitting a cost proposal. Installation will include replacement of existing faucets, and showers w/ new RADA faucets, all plumbing, electrical connections, network interface kits, all low voltage conduit and wiring, (1) field server for each floor, integrate field servers into the existing building Automation System, provide graphical user interface and support the overall commissioning process. A letter of warranty is required for the commissioning process certifying that the system is operational for each fixture. The Contractor shall also be responsible for all damages to persons or property that occurs because of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Existing Site Conditions. The project will take place in an occupied healthcare facility and the activities will require construction to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be always required as defined in ICRA assessment, Class III, Group 2, Type C. Construction activity will require constant coordination with VA personnel. Site Investigation is required for this project to ensure accuracy of requirements. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. Site investigation is to be included in the cost proposal. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project for not less than 4 hours by the VA Contracting Officer Representative (COR). This work can be done in advance and is intended to limit unforeseen site conditions not indicated on the drawings. The final construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of tenants, is subject to notification requirements. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor. Disclosure of the magnitude of the Construction Project: Between $500,000.00 and $1,000,000.00 Requested Information: If you are interested and are capable of providing the sought-out construction services, please provide the information indicated below (Incomplete Responses will not be Reviewed). The capabilities package for this notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. 1. Company Profile: Response to this notice must include company name, address, point of contact, and the company profile to include number of employees, annual receipts, number of offices and office location(s), Unique ID number, CAGE Code, and statement regarding small business designation and status. 2. Type of Business: (a) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (b) Is your company considered small under the NAICS code identified under this notice? 3. Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. 4. Provide confirmation that your firm can obtain and has the capacity to bond this project up to $1M. Response Submission: Please submit your information via email to Timothy Verburgt, Contract Specialist, at Timothy.Verburgt@va.gov, by the closing date and time listed on this announcement. Please limit your responses to three (3) pages and include the following as the subject line of your email: Sources Sought for Miles City Domestic Water Legionella Project| AP-0761 | Project# 436-24-102; Your Firm s Name. Please do not include advertising or promotional materials. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
Data sourced from SAM.gov.
View Official Posting »