Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOURCES SOUGHT

Z -- Cooling Tower 2 & 3 Repairs | VA Palo Alto HCS

Notice Date
3/11/2025 2:45:45 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125Q0382
 
Response Due
3/18/2025 12:00:00 PM
 
Archive Date
04/17/2025
 
Point of Contact
Corey Kline, Contract Specialist, Phone: 702-791-9000 ext. 13969
 
E-Mail Address
Corey.Kline3@va.gov
(Corey.Kline3@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Subject: Sources Sought, Cooling Towers 2 & 3 Repairs for Department of Veterans Affairs, Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 21 (NCO 21) on behalf of Palo Alto VA Health Care System. The purpose of this sources sought is to conduct market research to support the procurement of the Cooling Tower 2 & 3 Repairs requirement located at the VA Palo Alto Health Care System, Palo, CA. This notice serves to survey the market to ascertain whether sources can provide the requested services. This notice allows potential contractors 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. NCO 21 is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 238220 Plumbing, Heating, and Air-Conditioning Contractors. This sources sought 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 238220. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. 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. A Request for Proposal (RFP) is anticipated to be released on or before April 2025. Background: The Department of Veterans Affairs is seeking contractors to perform the required services for the completion of the project identified as Cooling Towers 2 & 3 Repairs per the attached draft statement of work (SOW). Contractors must demonstrate their ability to meet all requirements listed in this notice. See attached draft SOW & Support Documentation for additional information. The estimated magnitude of this construction project is between $25,000.00 and $100,000.00. This information is provided per FAR 36.204. 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 Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov). *In addition to or in place of (VetCert), VA may use the SBA Dynamic Small Business Search (DSBS) as another official source for SDVOSB verifications. Information Requested: The Government requests that interested parties review the attached SOW & Support Documentation and to provide the following capability information identified below to the Contracting Officer, Corey R. Kline, at corey.kline3@va.gov by 12:00 PM PDT on March 18, 2025. Please place Attention: Cooling Tower 2 & 3 Repairs at VA Palo Alto HCS in the subject line of your email. NOTE: Interested parties are encouraged to provide complete and accurate response to all items, a through m below. Business Size (Large/Small) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) Identify if you are the Prime contractor or Subcontractor SAM Unique Entity ID (UEI) DUNS number Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e., amount not committed). Anticipated Teaming Arrangements (if applicable). Is the anticipated period of performance realistic for this project? Experience in managing Construction projects between $25,000.00 and $100,000.00. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. Experience. Past and present corporate experience on public works (Federal, State, County, or City) major repairs/remodel(s) and/or included major heating, ventilation, and air conditioning (HVAC) remodel(s) projects. Qualifying project[s] must also fall within the same magnitude or greater and be of similar scope and complexity. Similar magnitude is defined as project with award value of greater than $2 million. Similar scope and complexity are defined as projects that consist of a major repairs/remodel and/or major HVAC remodel of approximately 7K SQFT public works building and/or medical facility and involved the supervision of a minimum of 6 trades. Average price per square foot for each project identified under paragraph (i) above, using the total modified value of the contract. List of Sub-Contractors you intend to use on this project, including but not limited to: Mechanical, Plumbing, Electrical, Controls, and Air-Balance. If applicable, how does your company intend to meet the Limitations on Subcontracting as per 13 CFR 125.6? Are your Sub-Contractors from the local area or will they be coming from out of the area, if so, from where? The Government requests that interested party submissions in response to this source sought notice be no more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages. NOTES: 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. The Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the contractor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice. (End of Document)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/932b0436dbba49e9bf56411f0369c96a/view)
 
Place of Performance
Address: VA Palo Alto Healthcare System 3801 Miranda Ave., Palo Alto 94304, USA
Zip Code: 94304
Country: USA
 
Record
SN07368572-F 20250313/250311230045 (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.