Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOURCES SOUGHT

Z -- Monitoring for Legionella, 589A7-22-204

Notice Date
2/9/2023 11:29:35 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0179
 
Response Due
2/22/2023 12:00:00 PM
 
Archive Date
05/23/2023
 
Point of Contact
Jonathan J Lutmer, Jon Lutmer / Sean Jackson, Phone: 913-946-1984, Fax: 913-946-1144
 
E-Mail Address
Jonathan.lutmer@va.gov
(Jonathan.lutmer@va.gov)
 
Awardee
null
 
Description
Monitoring for Legionella Project 589A7-22-204 This is a Sources Sought Notice to determine the availability of service disabled veteran owned small business (SDVOSB) firms for a possible small business category type set-aside for Construction Services project: This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract.  An award will not be made on information received in response to this notice.  This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP. PROJECT DESCRIPTION AND SCOPE This project will install a continuous water monitoring system for Buildings 1 (Main Hospital), 59 (Substance Abuse Residential Treatment Facility SARRTF), and 60 (Community Living Center CLC) in accordance with VHA Directive 1061. The scope will include the following items: 1. The continuous monitoring system will meet the requirements located in VHA Directive 1061, chapter 3 paragraphs j., Appendix A 2.a., 2.b.(3), and 2.c.(2)(a). The system will integrate with and use the existing Building Automated System to display and record data. The system will be able to trend data and alert when values are outside of acceptable limits. The system and the data will be owned by the VA and will not require a subscription or service contract. 2. Incoming water will be monitored at two locations. Continuous monitoring of incoming water will include water pressure, temperature, pH, hardness, suspended or dissolved solids, and biocide levels (monochloramine). a. Building 1: Domestic cold water entering building 1 room 019-1. b. Building 60: Domestic cold water entering building 60 in room 102B-60. i. A new hub drain will be needed to channel the water out since there is no drain nearby. 3. Temperature and biocide residual (monochloramine) will be monitored at approximately 8 locations. a. Building 1: Hot water recirculation in the basement mechanical room and the domestic cold water and hot water loops on fourth floor east and west. b. Building 59: Domestic cold water and hot water in room 139-59. c. Building 60: Domestic cold water, hot water, and hot water recirculation loops in attic. 4. The basis of design for water monitoring will be an Emmerson Rosemount MCL water monitoring station. They will be in accessible locations at the areas indicated on the project drawings. The unit shall be connected to the BAS for monitoring via 4-20 cable. 5. Construction scope includes patch and repair or walls, ceilings, and finishes as required to address the demolition of plumbing items. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The Contractor shall obtain all required permits for the project. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $500,000.00 and $1,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, General Construction, small business size standard of $45 Million in average annual receipts for the preceding three years. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the VetBiz registry http://veterans.certify.sba.gov on or before the response date. The intent of this notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this sources sought announcement to make a set-aside determination including further restriction under a socio-economic status, firms must identify their socio-economic status for NAICS code 236220, General Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $45 million. If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 single sided pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and EIN number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 construction completed examples; 4) Offeror's CVE certification as a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 236220, General Construction and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential;  7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.  The Response Due Date for this Sources Sought Notice is February 22, 2023 at 2:00 pm Central Time.  Respondents will not be notified of the results of analysis. Submit your responses to sean.jackson@va.gov or jonathan.lutmer@va.gov .  PLEASE REFERENCE ""SOURCES SOUGHT: Project 589A7-22-204 Monitoring for Legionella "" IN THE SUBJECT LINE and first page of the response. The point of contact for submission of Capabilities Statement and questions is: Sean Jackson, Contracting Officer Email: sean.jackson@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048 Jonathan (Jon) Lutmer, Contracting Specialist Email: jonathan.lutmer@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048 No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c897e712ef1e444ea45afa47294e099d/view)
 
Place of Performance
Address: Robert J. Dole 5500 E. Kellogg, Wichita, KS 67218, USA
Zip Code: 67218
Country: USA
 
Record
SN06587972-F 20230211/230209230118 (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.