Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOURCES SOUGHT

Z -- 631-23-004 Repair Sewer and Bathrooms Building 1

Notice Date
12/6/2023 5:42:11 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124R0028
 
Response Due
12/19/2023 12:00:00 PM
 
Archive Date
03/27/2024
 
Point of Contact
Chelsea Rodrigue, Contracting Officer, Phone: 413-584-4040x6712
 
E-Mail Address
chelsea.rodrigue@va.gov
(chelsea.rodrigue@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 SOURCES SOUGHT: The VA Central Western Massachusetts in Leeds, MA requires a contractor to provide all labor, materials, tools and equipment, design, and construction services necessary for design and construction of a project described herein and other specific tasks in accordance with this design-build scope of work. The prime contractor will be responsible for professional services for delivering the project design as well as construction of the agreed upon construction project. All work must meet VHA Design guide standards, VHA construction and safety requirements, OSHA, EPA, and Mass DEP standards. After award, but prior to the start of any work, the contractor shall contact the Project Engineer/Manager (i.e. COR) to review proposed methods, plans, and design for completion of work and to review infection control procedures, interim life safety procedures, above ceiling and wall penetration permits and hot permits. Field work may not commence until these plans have been approved as detailed below. The spaces and requirements noted below are to be incorporated into this design-build package. These spaces are required to fit within the designated limits of construction and must meet all applicable building codes, VA master specifications, VA Design Manuals, and VA design guides. All design and work must meet current code requirements including, but not limited to IBC, ABA, ADA, NEC, NFPA, etc. The Contractor shall provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to in accordance with this design scope of work. The VA is required to present the 65% design documents to a third-party fire review firm. This review shall have a duration of fifteen (15) calendar days in the project schedule. The purpose of this notice is to determine if there are qualified SDVOSBs or VOSBs, WOSBs, and Small Businesses that have the experience with this type of work and if such firms are interested in this procurement. The magnitude of construction is between $500,000 and $1,000,000. The NAICS code is 237110 and the small business size standard is $45 Million. Interested firms should indicate their interest to the Contracting Officer no later than 3:00 p.m. local time on 12/19/2023 via email to Chelsea.rodrigue@va.gov. The following information is required in response to this notice: (1) A positive statement of your intention to submit a proposal in response to a solicitation for this project; (2) DUNS Number and Unique Entity Identifier (UEI); (3) Provide one example of a project similar in scope, magnitude, and complexity to the project description above;  (4) Provide one example of a design-build project in a Northeast Healthcare Facility. (5) Prime shall provide proof of bonding capacity for a project of this magnitude; (6) Prime shall provide proof of insurance for a construction project of this magnitude. Interested firms shall hold an active SAM registration. Visit www.sam.gov to register in this database. SDVOSB or VOSB firms shall be certified by SBA Veteran Small Business Certification (VetCert), Veteran Small Business Certification (sba.gov). The Network Contracting Office 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors, and especially responses from certified SDVOSB/VOSB firms. All information must be submitted in sufficient detail for a decision to be made on the availability of interested firms. Failure to submit all information requested in addition to the below form will result in a contractor not being considered as an interested concern. If adequate interest is not received by 3:00 p.m. local time on 12/19/2023, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs, or Small Business firms. Interested firms must reply via e-mail to Chelsea.rodrigue@va.gov. DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this 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 notice. Firm: Project Title: Location: Award Amount: Final Amount: Description Of Project Address project scope of work and explain how the project involved work as a prime contract was technically similar to the project described within this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c76d0a052842441cbdfdbda2f5faf2b4/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Central Western Massachusetts HCS 421 North Main Street, Leeds 01053-9764, USA
Zip Code: 01053-9764
Country: USA
 
Record
SN06904843-F 20231208/231206230050 (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.