SOURCES SOUGHT
Z -- VISN Single Award TO Contract (SATOC) Procurement: Portland
- Notice Date
- 1/21/2025 4:28:53 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023R0008
- Response Due
- 2/14/2025 5:00:00 PM
- Archive Date
- 03/01/2025
- Point of Contact
- Meredith Valentine, Contract Specialist, Phone: 360-816-2765 (email preferred)
- E-Mail Address
-
meredith.valentine@va.gov
(meredith.valentine@va.gov)
- Awardee
- null
- Description
- Sources Sought - Solicitation Number: 36C26023R0008, Portland SATOC This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for an IDIQ Single Award Task Order Contract for electrical maintenance and repair work. Work is located in Portland, OR for the Portland VA Health Care System. This is a SATOC that encompasses a broad range of repairs, renovations, and minor alterations of a primarily electrical nature to existing facilities and/or infrastructure. During the contract period, the facility staff will identify projects for task orders that will be issued by the Contracting Officer. The Contracting Officer has the right to withdraw proposed task orders before and after the receipt of the Contractor s proposal for the requested task orders. The SATOC Contractor will furnish all necessary qualified personnel, supervision, material, equipment and services to perform the tasks in the Statement of Work prepared specifically for each task order. Work under each SATOC will primarily involve electrical repairs, renovations, and minor alterations to existing facilities and existing electrical systems in accordance with the scope of work and applicable specifications at the time of task order issuance. The estimated magnitude for this project is between $5,000,000 and $10,000,000. Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 238210 - Electrical Contractors and Other Wiring Installation Contractors, PSC Z1DA and a with a Small Business Size Standard of $19 million. Sources are highly encouraged to respond to this notice. After review of the responses to this notice, and if the Government still plans to proceed with this project, a separate pre-solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. Responses are requested with the following information and shall not exceed a total of 2 (two) pages. Email subject line needs to contain the solicitation number 36C26025R0027. Please provide the following information: Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. Business Size/Classification (based on NAICS 238210): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Capabilities Statement: Description of capabilities to perform services as described above and project experience demonstrating relevant experience similar to those described. Include bonding capability information that is consistent with estimated magnitude. Govt. does not have a waiver to Buy American. SDVOSB or VOSB businesses please include statement on maintaining compliance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. All other socio-economic businesses please include statement on maintaining compliance with FAR 52.219-14 Limitations on Subcontracting. Time: Based on the information provided, please estimate the total project time in days. Products: 52.225-1 Buy American-Supplies, 52.225-2 Buy American Certificate, 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act, 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate, 52.225-5 Trade Agreements, 52.225-6 Trade Agreements Certificate, 52.225-10 Notice of Buy American Requirement-Construction Materials and 52.225-9 Buy American-Construction Materials or 52.225-11 Buy American-Construction Materials under Trade Agreements 52.225-12 Notice of Buy American Requirement-Construction Materials under Trade Agreements will apply to any subsequent procurement action. Identify any supplies/products that may conflict with the Buy American requirements. Also, identify and any potential supplies/materials with long lead time estimates. Past Performance/experience: Provide information on contracts of similar scopes of work or construction contracts, briefly describe no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought notice. The past performance information should include: Project Title/Contract Number Location: City, State General description of the construction to demonstrate relevance to the proposed project Offerors role Dollar value of contract Name of the company, agency, or government entity for which the work was performed What types of information is required to submit accurate offers? If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Meredith Valentine at Meredith.valentine@va.gov. Responses will be accepted until February 14, 2025, 17:00 PM PDT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95bfa15b43b64ce1a209b116fc9f8d42/view)
- Place of Performance
- Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd., Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN07318836-F 20250123/250121230109 (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 |