Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2022 SAM #7369
SOURCES SOUGHT

M -- 36C26222Q0351 | 691 WATER VALVE MAINTENANCE & REPAIR | TBD | VA-22-00032032

Notice Date
2/1/2022 1:30:52 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26222Q0362
 
Response Due
2/15/2022 1:00:00 PM
 
Archive Date
04/16/2022
 
Point of Contact
Norman Napper-Rogers, Contract Specialist, Phone: 602-795-4170
 
E-Mail Address
Norman.Napper-Rogers@va.gov
(Norman.Napper-Rogers@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a REQUEST FOR INFORMATION (RFI). This request for information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Responses to this notice shall include the following: Company name Address Point of contact Phone, fax, and email DUNS number Cage Code Tax ID number Confirm Services Disabled Veteran Owned Small Business eligibility Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below Intentions of subcontracting program to include set-asides if any Proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation If you are a distributor, a statement from the manufacturer that your company is an authorized distributor A statement to inform the government if you are a manufacturer or distributor Any information regarding FSS Schedule availability It is requested that responses include a rough estimate of pricing for completion of the requirements identified below BACKGROUND The domestic water system of buildings 10 and 99 are outdated and in dire need of repair. The system in building 10 is under the basement and difficult to access. Most of the valves installed no longer work. The valves in building 99 also are no longer working, most do not stop the flow of water at all. To make repairs to the building s plumbing in both buildings the whole building must be shut down. Building 10 is a dental building and service is from 8:00 am to 5:00 pm. Building 99 is a Community Living Center (CLC) and is occupied 24 hours a day, 7 days a week. The work will need to be performed after hours, 5:00 pm to 8:00 am, to provide the least amount of impact to patients and services. PROJECT OBJECTIVES Veterans Affairs Greater Los Angeles Health Care System (VAGLAHCS) is looking to replace 179 ball valves & 18 circuit setters in the domestic water system of building 10 and to add valves on each floor of building 10 to make isolating areas possible for repair purposes. Add/replace 18 ball valves and 50 feet of ¾ inch hot water pipe in building 99 that no longer work. REQUIREMENTS The contractor shall provide all labor, materials, freight costs, and equipment to accomplish the tasks outlined in this PWS. All work shall be performed after normal hours and on weekends. Building 10 Replace all valves and circuit setters in the basement with soldered ball valves and B&G circuit setters Add isolation valves on every floor to isolate each restroom and other pertinent fixtures Re-insulate Pipe in areas where previously removed Install new valve tags, create new valve tag chart, and create as-builts that match valve tags and chart Repair all drywall removed during demolition and patch and paint if painted Building 99 Room G-20 replace 2-inch Cold Water (CW) valve and fix leak. Room G-19 & G-54 replace 3-inch CW butterfly valve, 2-inch valve and ¾ valve on Hot Water (HW) line. Room G-02A replace 3-inch 90 HW Room G-59 Replace 4-inch, 3 inch and 2-inch valves. Room G-66 replace 1-1/2 valve. Room G-83 replace 2- 2-inch valves, 1- 3-inch valve, 3- ¾ valves. Replace about 50 feet of 3/4 HW and reinsulate. Set up containment for each area and blow air outside. Everything soldered only SPECIAL & TECHNICAL REQUIREMENTS C & A Requirements The C&A requirements do not apply, Security Accreditation Package is not required. Project does not involve the storage, generating, transmitting or exchanging of VA sensitive information. No sensitive information will be handled by contractor performing work. IMPORTANT INFORMATION The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The North American Classification System (NAICS) code for this acquisition is NAICS Code 238220 This industry comprises establishments primarily engaged in plumbing, heating, and air-conditioning services. ($16.5M). This project will incorporate Department of Labor (DOL) Wage Determination (WD) 2015-5613 (Rev20), dated 12/27/2021, unless otherwise updated. The wage determination can be found at https://sam.gov. Notice to potential offerors All interested Offerors should submit information by e-mail to Norman.Napper-Rogers@va.gov. All information submissions shall be received no later than 14:00 pm Mountain Standard Time on February 15, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and subsequent award to the lowest price technically acceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9041f6fe44ae4ccc9e99057ef47023af/view)
 
Place of Performance
Address: VA Greater Los Angeles Health Care System (VAGLAHCS) 16111 Plummer Street, BLDGS 10 & 99, Los Angeles, CA 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06230504-F 20220203/220201230115 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.