SPECIAL NOTICE
C -- Rehabilitation of Water Tower #54
- Notice Date
- 5/20/2021 6:20:49 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221R0082
- Archive Date
- 08/18/2021
- Point of Contact
- Aletha M Bourke, Aletha Bourke, Phone: (914) 737-4400 x2129
- E-Mail Address
-
Aletha.Bourke@va.gov
(Aletha.Bourke@va.gov)
- Awardee
- null
- Description
- Page 1 of 1 NOTICE OF PROPOSED CONTRACT ACTION The Department of Veterans Affairs, Network Contracting Office 2, Hudson Valley Health Care System FDR VA Medical Center, Montrose, New York, intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to SJH Engineering, PC, 3700 Route 27, Suite 201, Princeton NJ 08540 to perform Construction Period Services (including Site visits and post-construction services). The place of performance is Hudson Valley Health Care System, FDR Campus, 2094 Albany Post Road, Montrose, NY 10548. This action will result in a Firm-Fixed Price contract with a period of performance of 250 calendar days. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement no later than June 4, 2021. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. If after Friday, June 4, 2021, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with SJH Engineering, PC. This notice of intent to award a sole source contract is not a request for competitive quotations. There will be no solicitation available. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Aletha Bourke who can be reached at Aletha.Bourke@va.gov. The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. Scope: Architectural/ Engineering (A/E) Firm is to provide all remaining submittal reviews, cost estimates to support VA engineering when processing a change order with the General Contractor and make any necessary design changes in the event of an oversight or omission on part of the incumbent AE who provided the design. General Requirements: 1) The Engineering firm will be responsible for all necessary coordination, meetings, and submissions as required. 2) The Engineering Firm shall utilize a survey identifying any possible asbestos, lead, and PCB hazards in the area of work. This evaluation has been completed by a qualified NYS licensed Certified Industrial Hygienist (CIH) to perform lead abatement and asbestos abatement for the project by the incumbent engineering firm as outlined in the Supplement B of the original contract. Monitoring and verification of work shall be provided in the construction period services. 3) AE shall submit Engineering Reports and supporting documentation as required to all necessary regulatory agencies including but not limited to New York State Department of Environmental Conservation (NYSDEC), Westchester County Department of Health (DCDOH), and the Environmental Protection Agency (EPA). 4) The Architect will be responsible for all necessary coordination, meetings, and submissions as required. 5) A/E will also include in bid Construction Period Services including but not limited to: a. Submittal review b. Reviewing and preparing responses to RFI s c. Site visits for the purpose of interim and final inspections d. Preparing As-Built drawings 6) The AE Firm shall utilize the incumbent s design of Asbestos and Lead Paints tasks 1-9. The AE Firm shall provide the services of a Certified Industrial Hygienist to perform asbestos abatement and lead abatement for the project. Monitoring and verification of work shall be provided in the construction period services. Period of Performance: The period of performance for this effort is date of award for a period of 250 calendar days. There are no options.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f1e09e37e7ab470ca205936f8bed4e1e/view)
- Record
- SN06008024-F 20210522/210521201525 (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 |