Inactive
Notice ID:36C26023Q0076
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding th...
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify interested vendors who can provide the following services. Site Assessment for the VA Puget Sound Healthcare System (VAPSHC) located at Fort Lawton 4404 Montana Circle Seattle, WA 98108 Provide facility conditional assessment of mechanical, electrical, plumbing, and structural systems of Building 240 at Fort Lawton. Material condition of the building is an unknown status. Report should document abilities to have habitability, health, safety, and maintenance requirements. Contractor to assess structural integrity of existing facility in compliance with current seismic code. In addition to reviewing the building construction and as built documents the contractor will complete a site visit to assess the condition of the building utilities. Contractor is to assess the maintainability of the existing utilities, including assessing the BAS and the availability of repair parts. Contractor to provide report to VA identifying any MEP utility capacity shortfalls with recommended corrective measures with cost magnitudes for each measure. 5. Contractors assessment shall include the following systems: a. HVAC: i. CFM / ACH Requirements including assessing 1. HVAC distribution system capacity to deliver air to the required specific area 2. Outside air requirements. 3. Filtration Requirements ii. Cooling capacity to match new loads. iii. Heating capacity iv. Special exhaust requirements v. BAS control system. vi. Assessment of boiler controls and related piping b. Electrical: i. A coordination/arc flash study should be performed, and any deficiencies identified in a report ii. Panel schedules and loads metered to identify spare capacity iii. Assessment of existing panelboards, circuit breakers, and transformers for age and useful life iv. Lighting include Exterior Lighting and lighting control system. v. Standby Power (future suitability) 1. Standby power load demand to size genset and transfer switch c. Plumbing: i. Survey and inspect hot water heaters and ii. Survey and inspect all piping running through the concrete slab/foundation to determine the remaining service life. Denote all systems that has an estimated remaining service life of less than 20 yrs. d. Fire Life Safety i. Fire Alarm Control Panel ii. Field Devices (smoke detection, pull stations, and notification devices) iii. Fire Sprinkler System (Condition assessment and suitability to new building functions.) iv. Emergency egress systems (emergency lighting, signage to verify working conditions) e. Security Systems i. Access control system ii. Video Surveillance System f. Transport i. Elevator s condition, serviceability, and estimated remaining useful life (Include assessment of the cooling capacity for elevator machinery room) g. Building Envelope and foundation i. Assessment of structural integrity of the building foundation ii. Assessment of building for seismic code iii. Assessment of building for exterior leaks, water intrusion, rainwater drainage iv. Assessment of any and all damage to exterior doors or doors that are improperly working (including but not excluding: primary exits, emergency exits, loading doors, and rooftop access hatches) Potential candidates having the capabilities necessary to provide the above stated equipment with installation are invited to respond to this Sources Sought Notice via e-mail to Jeffrey Hansen at jeffrey.hansen2@va.gov no later than 17 November 2022, 9 AM Pacific. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 541350 is applicable to determine business size standard. Any questions or concerns may also be directed to Jeffrey Hansen via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.