Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C26119R0052
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, an...
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5. Project magnitude is between $1,000,000 to $2,000,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services Project #: 612A4-19-006 - The purpose of this project is a design build to relocate T722a and T802 into a 48 by 60 modular trailer to include audio booth for audiology and provide utilities. The Design Build Contractor shall provide a 48 x60 modular trailer with all skirting and design built to VA specifications. The Design Build Contractor shall provide and install an audio-booth in the modular trailer with ADA access. The Design Build Contractor shall provide a fully functional and complete modular trailer system for the VANCHCS Mather campus. The Design Build Contractor shall provide all utility connections required (water, sewer, electrical, data, etc.). The Design Build Contractor shall provide all demolition and site prep as required. The duration of this project is 360 calendar days after the Notice to Proceed (NTP) is issued. The Government requests that interested parties provide the following capability information to the Contract Specialist, Joey Korst by e-mail at: joey.korst@va.gov by 3:00pm PDT June 20th, 2019: ** Important Notice: Subject line of e-mailed response must read Relocate T722A and T802 (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (d) DUNS number (e) Ability and experience in managing projects between $1mil and $2mil Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). (g) Anticipated Teaming Arrangements (if any) (h) List of Projects (Government and Commercial) that are similar in scope and size, including square footage of project (i) Average price per square foot for each project identified under paragraph (h) above, using the total modified value of the contract Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.    Â