United States - Y--Water Infilltration Corrections Buildings 1, 3 and 60 Corridor (VA-18-00087145) (VA-19-00042416)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 13 June 2019
- Opportunity publication date
- 06 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 31, 2019 11:24 am
In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission.
PROJECT DESCRIPTION:
The Program Contracting Activity Central (PCAC) is seeking a potential contractor to provide all labor, materials, supervision, design, and all other resources for water infiltration correcting in the connecting corridors from Building one (1) to Building sixty (60), Building one (1) to Building three (3), and Modular Building TT54 at the Veteran Affairs North Texas Healthcare System (VANTHCS) in Dallas, Texas. The corridor for Building one (1) and Building sixty (60) is approximately 2973 square feet. The corridor for Building one (1) and Building three (3) is approximately 1189 square feet. Modular Building TT54 is approximately 5109 square feet and is adjacent to the west side of this corridor intersection.
This is a Design-Build project.
ADMINISTRATIVE:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in June 2019. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $2,000,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $36.5 million. The duration of the project is currently estimated at 270 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.
REQUIREMENTS:
There will be remediation required and build back required in some areas due to the water damage. During the remediation period the contractor shall be responsible for the protection of affected areas of building(s) the contractor will maintain a negative air environment to ensure no contaminants spread throughout active areas. This project work will be performed per Occupation Safety & Health Administration (OSHA) 1910 and 1926, workers must be trained in proper mold remediation. Contractors must have Certified Mold Remediator Certification (CMR) and wear proper PPE required to perform interior work. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should include the following requirements: Complete architectural, structural, electrical, civil, mechanical, communication, and fire protection system design. All other work related to provide a complete and usable project based on the requirements stated above.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following information:
Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement.
Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.
It is requested that interested contractors submit a response (electronic submission) of no more than ten (10) single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by Friday, June 14, 2019 @ 3:00 p.m. Eastern Local Time. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be a bid or proposal. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. The Government reserves the right to consider a small business, SDVOSB, VOSB or the (8) a program based on the responses received.
Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review.
Contracting Office Address:
Department of Veterans Affairs
Program Contracting Activity Central (PCAC)
6150 Oak Tree Boulevard
Suite 300
Independence, Ohio 44131
Primary Point of Contact:
Gregory B. Parker Jr., Contract Specialist
Email: gregory.parkerjr@va.gov
- Opportunity closing date
- 13 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Veterans Affairs VA National Energy Business Center United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.