SOURCES SOUGHT
Y -- VA Campus Wide Infrastructure Systems Construction - White City VA Southern Oregon Rehabilitation Center and Clinics
- Notice Date
- 5/8/2020 6:55:18 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36E77620Q0068
- Response Due
- 5/22/2020 12:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Jason Schultz
- E-Mail Address
-
jason.schultz@va.gov
(jason.schultz@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Awardee
- null
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the VA Campus Wide Infrastructure Systems Construction project at the White City Veterans Affairs (VA) Southern Oregon Rehabilitation Center and Clinics (SORCC) located at 8495 Crater Lake Highway White City, OR 97503. This is a Design-Bid-Build project. PROJECT DESCRIPTION: The Retrofit Campus-Wide Infrastructure Systems project at the White City VA SORCC will replace aging infrastructure facilities including potable water, sanitary sewer and storm sewer and add a new stormwater facility. This project intends to construct up to approximately 14,020 lineal feet of 8-inch potable water pipe, 6,840 lineal feet of gravity sanitary sewer pipe ranging between 6 and 12 inches, and 17,250 lineal feet of gravity storm sewer pipe ranging between 6 and 36 inches. Most of construction shall use trench methods for pipeline retrofit work. Portions of pipe will be constructed using trenchless methods typically beneath buildings, other structures or where high value surface amenities exist. A stormwater facility (wet pond with retention) consists of augmenting an existing pond (which is too small) by installing a new, separate and bigger pond with flow control features. Potable Water system construction will occur in three stages per phase. Stage 1 will construct, and test retrofit facilities offset from existing pipe to maintain existing water system in service. Stage 2 will construct tie-ins to existing systems. VA buildings conducting critical services will be required to have temporary water service provisions to avoid disruption of water supply. Non-critical buildings will be allowed to have water service disrupted on a short-term basis. All water service interruptions for Stage 2 tie-ins shall be approved by VA prior to beginning work. Stage 3 construction will remove or abandon existing water system taken out of service. Most of the sanitary sewer and storm sewer pipe will be constructed at a zero-foot horizontal offset from the existing pipe and will require concurrent pipe removal and installation operations. Sanitary sewer and storm sewer systems shall be maintained in service during retrofit construction. The contractor will be required to install temporary flow management facilities. The design and implementation of all temporary flow management facilities shall be the responsibility of the contractor. Restoration of disturbed existing site surfacing shall be required. This will include but not be limited to concrete sidewalk, asphalt pavement, turf and landscaping. Surfacing shall be restored in accordance with the construction documents and VA design standards. As authorized by the VA, construction shall be performed in nine predetermined phases, one phase at a time beginning with phase 1. The stormwater facility shall be constructed before or during phases 1 and 2. To minimize the disruption of site activities, extensive pre-construction planning, coordination and scheduling shall occur with VA prior to beginning each phase of work. Work plans shall be prepared in detail to facilitate VA review and approval of proposed retrofit work in each phase. Work in each phase shall be completed and accepted by the VA within a defined period of having started the next phase. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided as part of the solicitation). The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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 mid-July of 2020. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 & $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $3.5 million) applies to this procurement. The duration of the project is currently estimated at 700 calendar days after Notice to Proceed. The services for this project will include providing all construction related including all labor, materials and equipment required to complete the project as per contract documents prepared by the independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by May 22, 2020 at 2:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time, no solicitation exists. If a solicitation is released it will be synopsized on Beta Sam (Formally known as FBO) at https://beta.sam.gov/ It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Jason Schultz Contract Specialist jason.schultz@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/738117ec9235410aae84ea5f22a8ae20/view)
- Place of Performance
- Address: 8495 Crater Lake Highway;White City, Oregon 97503-3011, USA
- Zip Code: 97503-3011
- Country: USA
- Zip Code: 97503-3011
- Record
- SN05652113-F 20200510/200508230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |