Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2022 SAM #7461
MODIFICATION

Y -- Renovate Infrastructure for History Center B116 [552-18-103]

Notice Date
5/3/2022 6:25:26 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021B0044
 
Response Due
5/20/2022 7:00:00 AM
 
Archive Date
08/27/2022
 
Point of Contact
jenessa.regan@va.gov, Jenessa Regan, Phone: 937-268-6511 x5981
 
E-Mail Address
Jenessa.Regan@va.gov
(Jenessa.Regan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Veterans Health Administration is contemplating a construction requirement at the Veterans Administration Medical Center (VAMC) in Dayton, Ohio. This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from the industry, which will be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research effort. There is no solicitation, specification or set of drawings available for this announcement. This announcement does not constitute a procurement commitment by the Government, implied or otherwise. No contract shall be awarded from this sources sought announcement. Response is strictly voluntary. No reimbursement shall be made for any costs associated with providing information in response to this announcement. The Government shall not be liable for or suffer any consequential damages for any improperly identified information. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. The purpose of this sources sought announcement is to gain additional knowledge of interested, capable and qualified large and small businesses concerns of all types. Said types of small businesses include small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small, disadvantaged business and women owned small business concerns. For reference, general definitions of each small business concern type can be found in FAR 52.219-8 - Utilization of Small Business Concerns. The North American Industry Classification System (NAICS) Code is 236220. The applicable Size Standard is $36.5 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for SBA and federal contracting programs. The scope of the project includes complete construction services, including all necessary tools, equipment and personnel to replace and/or install new electrical, plumbing, steam, HVAC, and data in Building 116 on the Veterans Affairs Medical Center, located at 4100 West Third Street, Dayton, OH 45428. The complex installations, when complete, must be permanent and is a part of an overall plan to restore and preserve the building. In addition to the previously specified work, replacement windows and doors shall be designed and installed to eliminate moisture infiltration due to weather events. The purpose of this design is an effort to prevent further deterioration of this structure, allowing for subsequent conservation and restoration. Building 116 was constructed in 1871 and is considered an important historical structure, that is architecturally significant, and hence this project shall consider and abide by all applicable federal, state and local historical regulatory agency statutes. In view of this, no permanent exterior alterations may be incorporated into the planning, design, and execution of the project without approvals from appropriate agencies. The contractor shall consult with and/or retain a qualified historic preservation specialist. In support of this project, a detailed report of existing conditions has been prepared. For planning purposes, this report shall be used as a source document. If your firm believes that it can meet all of the requirements for this contemplated acquisition, please respond to this sources sought announcement. Your response should be submitted via email to the attention of Ms. Jenessa Regan (Jenessa.regan@va.gov). Emailed responses must be received no later than 5:00 P.M., Eastern Daylight Time on May 12, 2022. This market research is for informational and planning purposes only to determine if there are adequate qualified SDVOSB, VOSB, or SB to warrant a 100% set-aside. Hard copy submissions are not acceptable. The Government will not pay any costs for responses submitted. All inquiries regarding this Sources Sought Notice should be directed to the same email address. The following information is requested as part of your response: 1. System for Award Management (SAM) Unique Entity Identifier. This information can be obtained from your System for Award Management (SAM) registration at www.sam.gov. 2. Name of firm with address, phone, fax, email and current point of contact as appropriate. 3. Identify the type of business concern, large or small using the applicable NAICS Code size standard noted above. For small businesses, also include what type of small business as defined by the U.S. Small Business Administration, such as Veteran-owned, Service-disabled veteran-owned, etc. 4. Demonstrate ability to obtain a bid bond up to 20% of the maximum order of magnitude and performance and payment bonding to 100% of the maximum order of magnitude. The maximum order of magnitude is $5,000,000-$10,000,000 for a single contract. This can be satisfied by obtaining your firm's bonding capability in the form of a letter from a Surety which demonstrates aggregate and per contract bonding upper limits. 5. Required experience to be considered a viable source for the contemplated acquisition includes government contracts awarded to your firm as the general contractor for projects which involve managing a project of similar scope, working in historically significant, occupied buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provided order of magnitude ($5,000,000 - $10,000,000.00) and have been completed in the past five (5) years. Your response should address experience with building out space to fit client specifications. Work experience in the Dayton, Ohio market and its surrounding vicinity should also be demonstrated by the response. Document how the experience meets these requirements, including specific information: contract number, location, agency, dollar value (inclusive of all changes), a description of the work, and a client point of contact for each award. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your provided experience to no more than five (5) completed awards which meet the above criteria. 6. Indicate whether your firm intends to submit a bid in response to an IFB consistent with these requirements should a solicitation be issued. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. CONCERNS ARE REQUESTED NOT TO CALL THE INDIVIDUAL VAMC, REQUESTING MORE INFORMATION.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d82ac6abc7d249bf902cbdd530f29cc1/view)
 
Place of Performance
Address: Department of Veterans Affairs Dayton VA Medical Center 4100 W. Third St, Dayton 45428
Zip Code: 45428
 
Record
SN06314957-F 20220505/220503230101 (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.