SOURCES SOUGHT
Z -- 578-25-003 Renovate Elevators B200
- Notice Date
- 1/23/2025 2:52:20 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225R0036
- Response Due
- 2/3/2025 10:00:00 AM
- Archive Date
- 05/04/2025
- Point of Contact
- Kristi Kluck, Contracting Officer, Phone: 414-844-4879
- E-Mail Address
-
Kristi.Kluck3@va.gov
(Kristi.Kluck3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY SOLICITATION: 36C25225R0036 (replaces 36C25225R0033) PROJECT: 578-25-003 Renovate Elevators in B200 PLACE OF PERFORMANCE: Edward Hines, Jr. VA Hospital 5000 South 5th Avenue, Building200 Hines, IL 60141-5000 PART 1 General Scope of Work: Edward Hines Jr. Veterans Affairs Hospital (EHVAH) provides primary, extended, and specialty care services and is reliant upon supporting infrastructure, programmed spaces, and functioning environments to keep up with demand. Building 200 construction was completed in 1971 and serves as the primary healthcare facility on Campus. The building contains eight (8) traction elevators in varying conditions. Some of the equipment has been modernized in the 1980 s and 1990 s but overall, the equipment is in average to poor condition and operating at its useful life expectancy. The building also contains seven (7) hydraulic elevators but those are NOT included in this contract. IAW VAAR 836.204, the magnitude of construction for this work is between $10,000,000 - $20,000,000 Part 836 - Construction and Architect-Engineer Contracts - Office of Acquisition and Logistics (OAL) (va.gov). 12:00 EXISTING CONDITIONS: The eight (8) traction elevators include five (5) passenger elevators and three (3) service elevators. All 8 elevators are beyond their useful life; they are failing faster than they can be repaired, resulting in excessive wait times for patients and staff. Repairs are becoming increasingly more difficult to perform due to a diminishing inventory of available parts, further extending their downtime. NEW CONSTRUCTION This contract will include furnishing all labor, materials, equipment, tools, and qualified supervision necessary to complete the following: Renovate five passenger elevators (P1, P2, P3, P4 and P5). Renovate three service elevators (S6, S7 and S8). Upgrade Elevator Penthouse, Room 1700. The Medical Center maintains operations 24 hours a day, 7 days a week. Therefore, any interruption in service must be scheduled and coordinated with the Contracting Officer s Representative (COR) to ensure that no lapses in operation occur. Elevators are to remain fully operational until all equipment and materials are on-site and ready for installation. The project work will be performed in eight (8) phases: Phase 1 - Elevator P1, Penthouse Upgrades, ATS Installation, and Fire Control Panel Phase 2 - Elevator P3 Phase 3 - Elevator P4 Phase 4 - Elevator P5 Phase 5 - Elevator S1 Phase 6 - Elevator S2 Phase 7 - Elevator S3 Phase 8 - Elevator P2 Contract NTP is tentatively planned for Fall 2025. PART 2 SOURCES SOUGHT GENERAL DESCRIPTION: The purpose of this Sources Sought Notice is to obtain information on the interests, capabilities, and qualifications of business firms of ALL sizes and specialized certified small business firms to determine if a set-aside is appropriate. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. Proposals are NOT being requested or accepted at this time. Work is assigned to NAICS 236220 COMMERICAL AND INSTITUATIONAL BUILDING CONSTRUCTION. This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures . North American Industry Classification System (NAICS) U.S. Census Bureau The small business size-standard for NAICS 236220 is $45 million. Should the solicitation be set-aside for an SBA Verified SBVOSB , in accordance with VAAR 852.219-73 https://www.va.gov/oal/library/vaar/vaar852.asp#85221973: (d) (3) General Construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. (d)(4) Not applicable. (d)(5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: XXX - By the end of the base term of the contract or order, and then by the end of each subsequent option period; or ___ - By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. PART 3 INTERESTED SOURCES SHALL SUBMIT THE FOLLOWING: Company name, address, point of contact, phone number, SAM OID number, and business status. Indicate the primary nature of your business, any teaming agreements or arrangements, planned self- performance and subcontracting program. Provide detailed construction background related to extensive experience in complex elevators for two project examples. This information should include a description of the overall project, AND specifically what work your company performed on the contract. Include overall project cost as well as the cost assigned to your portion of the project. Provide details on the size of your business from the following types of specialized construction small businesses: Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), 8(a) Businesses, HUBZone Businesses, Small Businesses (SB), and Large Businesses. If your intent is to complete this potential contract as one of the small business-types listed above, include specific details as to how your company will fulfill the 15% small business-type requirement. If your company will not be self-performing the elevator installation, provide qualifications listed above for the elevator subcontractor. Letter from the surety regarding the maximum bonding capability for a single contract action, total value of active bonds and total aggregate bonding capacity. Total submittal shall be no longer than (8) eight pages in one .pdf file or word document. Responses are required to be sent via email to Kristi.Kluck3@va.gov no later than Monday, February 3, 2025 at 12:00 p.m., CST. THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this Sources Sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. -- END OF DOCUMENT ATTACHMENTS:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f17d9ddce20144348432539de1f9fcd7/view)
- Place of Performance
- Address: Edward Hines, Jr. VA Hospital Building 200 5000 S. 5th Avenue, Hines, IL 60141-5000, USA
- Zip Code: 60141-5000
- Country: USA
- Zip Code: 60141-5000
- Record
- SN07322043-F 20250125/250123230111 (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 |