Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SOURCES SOUGHT

Z -- Install Fall Protection | Project #570-21-109 |Fresno VA Medical Center

Notice Date
1/30/2025 8:45:35 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125R0030
 
Response Due
2/6/2025 4:30:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
Rosario Chaidez, Contract Specialist, Phone: 916-923-4548
 
E-Mail Address
Rosario.chaidez1@va.gov
(Rosario.chaidez1@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE ONLY No# 36C26125R00030 No Solicitation is currently Available. Project Title: Install Fall Protection, Fresno VA Medical Center PLACE OF PERFORMANCE VA Central California Health Care System, Fresno VA Medical Center, 2615 East Clinton Avenue, Fresno, CA 93703 Description: THE RESULTING SOLCITATION WILL BE A CONSTRUCTION SERVICES PROPOSAL REQUEST. Title: Install Fall Protection, Fresno VA Medical Center Point of Contact: Rosario Chaidez, Contract Specialist, email: Rosario.chaidez1@va.gov All associated project documents shall be incorporated into the Proposal Request which shall be posted electronically through https://sam.gov at a future date. Inquiries will only be accepted in writing via email to Rosario.chaidez1@va.gov on or before Thursday, February 6, 2025, by 4:30pm (PT) Subject: Sources Sought Notice, Install Fall Protection, Fresno VA Medical Center, Project No. 570-21-109, Fresno VA Medical Center The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction. This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 236220. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. Background: The Department of Veterans Affairs is seeking vendors who can provide all materials, labor, tools, equipment, transportation, supervision, project management, administrative support, and specialized expertise to perform the work cited in the Scope of Work, Drawings, and Construction Specifications to Install Fall Protection at the Fresno VA Medical Center, in Fresno, California. The vendors must demonstrate the ability to meet all requirements for this notice. See drafts of the Statement of Work (SOW), Specifications, and Drawings for all details. The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, and the small business size standard is $45.0 Million. PSC Code is Z2DA Repair of Alternation of Hospitals and Infirmaries. In accordance with FAR 36.204 Disclosure of the magnitude of this construction project is anticipated between $1,000,000 and $5,000,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration s (SBA) Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/#home. INSTRUCTIONS: Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, a through which should be limited to a brief description, one page (1) page (including cover letter). If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. a) STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include past experience (within the past five years) in similar in both in magnitude and scope services to the VA, other Government (Federal or State) agencies, or a private facility. Include general information, a brief description of the work, and the total magnitude of each project. b) SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service- Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). c) Include the CAGE or SAM Unique Entity Identifier (UEI) number of your firm on your response. d) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). e) QUESTIONS Please provide answers to the following questions: 1. Does the magnitude of construction seem feasible? 2. Is the period of performance listed in the statement of work reasonable? 3. Has your firm performed a similar project in scale to installing fall protection? If so, how recent? 4. Has your firm completed an installation of fall protection on hospital buildings before or in a hospital environment? What would be your proposed general method? 5. Has your firm had previous experience with working with the Government or the VA specifically? 6. This work will require experienced journeymen technicians. Are such employees on staff or will the service need to be subcontracted? If a subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together? 7. If known, what are any estimated lead times for this project materials and any potential supply chain disruptions or other issues you foresee? If interested, responses are due in writing only by 4:30pm (PT), Thursday, February 6, 2025. Please submit e-mail responses to Rosario Chaidez, Contract Specialist, at email address: Rosario.Chaidez1@va.gov. Please place Response to Sources Sought Notice for Install Fall Protection at Fresno VA Medical Center in the subject line of your email. This notice is to assist the VA in determining sources only. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that 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 Sources Sought Notice. ----- End of Sources Sought Notice-----
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/314bfa5786f7490f827861f017ba96d1/view)
 
Place of Performance
Address: Fresno VA Medical Center 2615 East Clinton Avenue, Fresno 93703, USA
Zip Code: 93703
Country: USA
 
Record
SN07328623-F 20250201/250130230115 (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.