DOCUMENT
Y -- Re-roofing Construction Building 20 at the Colmery-O'Neil VA Medical Facility Topeka, Kansas - Attachment
- Notice Date
- 2/12/2015
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA70115N0083
- Response Due
- 2/20/2015
- Archive Date
- 3/22/2015
- Point of Contact
- Robert Pritchard
- E-Mail Address
-
Contract Specialist Email
(robert.pritchard2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" this Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). 1. REQUIREMENT: The Department of Veterans Affairs, Program Contracting Activity Central (PCAC) is seeking interested sources (contractors) for a near-future solicitation and procurement for roof replacement at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. 2. DESCRIPTION OF WORK: The Project is for replacement of approximately 39,917 SF of roof on Building 20 at the Colmery-O'Neil VA Medical Facility in Topeka, Kansas with a new energy-efficient roof. Technical scope items include but are not limited to removal of existing EPDM roof assembly, including all substrate material to existing concrete roof deck. Demolition includes all associated miscellaneous flashings, equipment curbs, lightning protection components, all roof drain inlets, drain pans, and asbestos abatement. Clean and repair existing exterior concrete roof deck. Repair as directed by COR, including all spalls greater than 2" diameter, cracking and deteriorated concrete. All exposed reinforcing steel shall be primed prior to concrete repair. Replacement of existing roof system shall include installation of a new TPO roof assembly; including all substrate material as indicate in the construction documents, Scope includes painting as indicated. Install lightning protection system, including all necessary components, and reconnect to the existing down conductors as shown on the construction documents. Scope of work shall include all necessary installation inspections and testing to ensure a UL compliant system. Remove and reinstall, or remove and replace roof-mounted mechanical equipment as indicated to allow for removal of roof assembly and installation of new roof assembly. Provide new roof supports, curbs, piping and piping insulation as indicate. Replace roof drain bodies, strainers, and drain pans with new roof drain bodies and drain pans. New roof drain bodies shall be the same size and the existing unites and connect to existing drain pipes. Install rooftop fall protection system as indicated on the construction documents. System shall be composed of all necessary tie-off anchor points, connectors, safety line anchors and harnesses. 3. ADMINISTRATIVE/MISCELLANEOUS: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering only price and the price-related factors included in the IFB. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in March 2015. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $2,000,000. The North American Industry Classification System (NAICS) code 238160 (size standard $15 million) applies to this procurement. The duration of the project is currently estimated at 155 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 4. SUBMITTAL INFORMATION: All responses must include the following information: a.Company name, DUNS number, company address, Point-of-Contact name, phone number, fax number, email. b.Provide company business size and status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.), the number of years in business, affiliate information: parent company, joint venture partners, and potential teaming partners. c.Statement of Interest in the project. d.The type of work your company has performed in the past in support of the same or similar requirement. Please include the following in your response: No more than three (3) projects that your company has performed within the last three (3) years that are of comparable size, complexity, and scope. Include in your response the project name, project scope, project size (Example: Square Footage), project dollar value and start and completion dates. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. e.Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. f.Provide available bonding capacity in the form of a letter of intent from your bonding company with this submission. 5. It is requested that interested contractors submit a response (electronic submission) of no more than 8 single-sided pages in length, single spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company's name, address, DUNS number, socio-economic status, point-of-contact name, phone number, and e-mail address. Be sure to include this Source Sought Notice Number in the Subject Line of the email. Submissions (responses) shall be received by no later than February 20, 2015, 1:00 PM EST. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail to the primary point of contact listed below. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Robert Pritchard, Contract Specialist E-Mail: robert.pritchard2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c835c7c68703157a22c9d0c783ce8aaf)
- Document(s)
- Attachment
- File Name: VA701-15-N-0083 VA701-15-N-0083.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1862551&FileName=VA701-15-N-0083-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1862551&FileName=VA701-15-N-0083-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA701-15-N-0083 VA701-15-N-0083.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1862551&FileName=VA701-15-N-0083-000.docx)
- Place of Performance
- Address: VA Eastern Kansas Health Care System;Colmery-O'Neil VA Medical Center;2200 SW Gage Boulevard;Topeka, Kansas
- Zip Code: 66622
- Zip Code: 66622
- Record
- SN03642064-W 20150214/150212235844-c835c7c68703157a22c9d0c783ce8aaf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |