SOURCES SOUGHT
Z -- 10-B Asbestos Removal and Fire Damper Repair
- Notice Date
- 5/28/2024 10:01:18 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24624Q0909
- Response Due
- 6/13/2024 8:00:00 AM
- Archive Date
- 09/20/2024
- Point of Contact
- Alice Custis, Contract Specialist, Phone: N/A
- E-Mail Address
-
Alice.Custis@va.gov
(Alice.Custis@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24624Q0909: OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for services to complete the below scope of work. The place of performance will be the hospital campus of the Durham VA Medical Center in Durham, North Carolina. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice, but the magnitude of construction for this project is currently between $25,000 and $100,000 but is subject to revision prior to release of a solicitation. Period of Performance: 180 calendar days from receipt of Notice to Proceed (NTP). SCOPE OF WORK The contractor shall furnish all labor, material, tools, supervision, quality control, and certified inspectors necessary to repair, replace, increase access to, inspect and certify the fire and smoke dampers identified in the Scope of Work below. The contractor shall be responsible for all demolition work to gain access to the broken fire dampers. The contractor shall be responsible for the asbestos removal and inspections. The contractor shall remove all construction debris they generate from the hospital and maintain a neat and tidy work area daily. The contractor shall remove four (4) failed fire dampers and replace with new UL555 rated fire dampers to match existing fire rating. Upon completion of damper replacement, the contractor shall be responsible for all restoration work to the area. The restoration work shall match in uniformity and quality to that of the original existing construction. The contractor shall inspect and provide documentation of the new fire damper functionality. List of dampers needing replacement. The location on the drawings indicated (in parenthesis). FD-10B-1B-06 (10B-1) FD-10B-2B-007 (10B-2) FD-10-5B-04 (10B-4) FD-10-3B-08 (10B-3) The contractor shall increase access to four (4) fire dampers. The contractor shall be responsible for providing and installing new access doors or replacing smaller access doors with a minimum of 24 x24 doors in ductwork as needed to allow a technician to reach the fire damper for inspection. The contractor shall relocate any infrastructure, utilities, or obstructions necessary for access to the fire damper access doors including but not limited to electrical conduit, sprinkler pipe, HVAC and domestic water piping, medical gases, fire alarm, and communications cable. The contractor shall inspect and provide documentation of fire damper functionality. The contractor shall provide a written safety plan to the COR for approval prior to the commencement of work. This plan shall describe the contractor s general safety program and shall identify specific safety hazards incidental to the contract work. The contractor shall secure and follow all instructions of an Infection Control Risk Assessment (ICRA) for any work behind walls or above ceilings. The contractor shall submit a work schedule and submittals within 14 days of notice to proceed. The Durham VAHCS shall have 20 workdays to review and approve submittals and outage requests. The contractor shall conduct all work in accordance with applicable building codes and the VA Specifications. The contractor shall be responsible for providing their own access to building codes. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation. NAICS CODE: 236220 Commercial and Institutional Building Construction (SBA Size Standard: $45.0 million annual revenue) PRODUCT OR SERVICE CODE (PSC): Z2DZ, Repair or Alteration of Other Hospital Buildings THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute as a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. INSTRUCTIONS FOR RESPONDING: All interested parties should respond, in writing via email to Alice.Custis@va.gov. No telephone inquiries will be accepted. Your response is required by 11:00 AM EDT on Thursday, June 13, 2024. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Proposed NAICS code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude. Information describing your interest. A brief statement on how you will comply with the Limitations on Subcontracting, if applicable In addition to this information, please include responses to all of the following in your submission: What additional information would you require in order to provide a quote for this project? Approximately how long would it take to complete the project, including lead times for materials? Is our chosen NAICS code of 236220 the best fit for this project? Is our chosen PSC code of Z2DZ the best fit for this project? Is our anticipated Magnitude of Construction appropriate for this project? Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. Provide information on types of tools necessary for accomplishing scope of work. Please provide comments on ability to hold bid prices for 120 days after submission. Please provide any comments that may increase your level of interest and will assist us with developing the solicitation for this project. POINT OF CONTACT: Alice Custis, PMP, LEED AP, CSM Contract Specialist, Construction Team 1 Network Contracting Office 6 (NCO 6) 100 Emancipation Dr. Hampton, Virginia 23667 Alice.Custis@va.gov DUE DATE FOR RESPONSES: This notice will close on Thursday, June 13, 2024, at 11:00 AM Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d86af2367a447978b23304d043b96df/view)
- Place of Performance
- Address: Durham VA Medical Center 508 Fulton Street, Durham 27705-3875
- Zip Code: 27705-3875
- Zip Code: 27705-3875
- Record
- SN07078694-F 20240530/240529051427 (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 |