Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOURCES SOUGHT

Z -- HVAC System Upgrade- Plumbing, Heating, A/C Contractors

Notice Date
9/26/2011
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;OA&L, National Acquisition Center (NAC);Hines, Illinois, 60141
 
ZIP Code
60141
 
Solicitation Number
VA79711IB0254
 
Archive Date
10/11/2011
 
Point of Contact
Timothy Scanlan
 
E-Mail Address
Contracting Officer
(Timothy.Scanlan@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT NOTICE 797-11-IB-0254_2: This is a Sources Sought Notice. This is NOT a pre-solicitation notice pursuant to FAR Part 5. Veterans Affairs, Office of Acquisition & Logistics (OA&L), National Acquisition Center (NAC), Business Resource Services (BRS), on behalf of Edwards Hines VAMC, Services and Distribution Center (SDC), Building 37, Hines, IL is seeking to identify sources with a PRIMARY North American Industry Classification System (NAICS) code of 238220 that has proven technical skills (HVAC, mechanical, plumbing, and electrical disciplines) and resources to provide timely, accurate, and complete construction for a major HVAC repair/replace project for building 37 project number 796-10-002, and 796-11-004. The government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Magnitude: $2,000,000.00 to $4,000,000.00 -- NAICS: 236220- Plumbing, Heating, and Air-Conditioning Contractors, Business size: $14.0 million. The bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office. A bid guarantee is required and must be 20% percent of the bid price or 2,000,000.00, whichever is less. Any interested parties shall ensure they are registered in Central Contractor Registration (CCR) and Online representation and Certification (ORCA). To register in CCR, go to HTTP://www.ccr.gov or call 1-888-227-2423 for assistance. To register for ORCA, go to HTTP://www.bpn.gov. The Government anticipates that this procurement will be 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) under the Veterans Affairs, "Veterans First Program" pursuant to Public Law 109-461, 38 U.S.C. Interested parties must be registered at Vetbiz.gov. Further instructions includes requesting verification of your firm as a Service Disabled Veteran Owned Small Business, and filling out an electronic Verification application (VA Form 0877) located at the top of your VIP profile. Once your VIP profile is created, you will go back in under the Update a Business Profile link located on the left side of the page at www.vip.VetBiz.gov. The sources sought are to determine the capability of potential sources and the availability of resources pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation to Bid or Request for Proposal, and is not to be construed as a commitment by the Government. Interested Parties Responses: Responses should include a statement of capabilities and Rough Order Magnitude (ROM) pricing and address how you will meet the Government's needs according to the description in the first three paragraphs, list previous contracts with like requirements of similar scope and magnitude that your company has been awarded, and submit your company's name, address, Point of Contact, Cage Code, telephone number, and Size of Business pursuant to NAICS code 238220, small business size standard is $14M. In addition to the size of business, indicate all classes of business that fit your firm: i.e. Small Disadvantaged, Veteran Owned, etc. Responses are limited to three (3) pages. Your response must be received no later than October 10, 2011 4:00PM CST. All prospective Offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. Direct any questions/responses about this requirement, by email only, to Timothy Scanlan, Contracting Officer, at Timothy.Scanlan@va.gov. Basic Requirements: STATEMENT OF BID ITEMS FOR BUILDING 37 REPLACE/UPGRADE HVAC UNITS, BID ITEM 1 & 2: Replace/Upgrade HVAC Units: BID ITEM NO. 1 (BASE BID): A. ITEM 1; GENERAL CONSTRUCTION: Work includes general construction, alterations, mechanical, plumbing and electrical work, and necessary removal of existing construction and certain other items. Provide all required labor, materials, tools, equipment, and services for providing construction materials associated with the Replace/Upgrade HVAC Units, Provide new construction work, as indicated on drawings and all related appurtenances including but not necessarily limited to premium overtime, maintain continuity of all building services at all times during the entire construction period, coordination with the Contracting Officer and the Contracting Officer's Technical Representative. BID ITEM NO. 2 (ALTERNATIVE BID): B. ITEM 2, ALTERNATE NO. E1: Provide a new underground, concrete encased 4160V feeder from existing duplex switchgear 37-SWGR-T6 to existing lowboy switchgear and from lowboy switchgear to building 37. Provide a new overhead 4160V feeder inside building 37 from exterior underground entrance of conduit to switchgear 37-SWGR-T7. This work is described on Drawings 37-E100 and 37-E611. Note: All bidders shall on-site field verify actual square foot areas for the work for this project prior to submitting bid proposals. All work shall be accomplished in conformance with the contract documents without exception. Prior to posting the solicitation, a Site Survey will be conducted. Site Survey date(s) and time will be determined and posted via amendment. All bidders must submit the following documentation, among other submittals, with their bid proposals: 1. Qualification Data: For firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architects and owners, and other information specified. END OF BID ITEMS 1.11 RESTORATION A. Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any ducts, plumbing, steam, gas, or electric work without approval of the Resident Engineer. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the Resident Engineer before it is disturbed. Materials and workmanship used in restoring work, shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. TIME FOR COMPLETION A. The duration for this project as shown and specified on the contract documents shall be 180 calendar days for substantial completion. B. Point of substantial completion is defined herewith as 100 percent of replacement/upgrade (with closeout punch list completed in its entirety by the contractor) suitable for Owner's intended use. Submittals: All submittals must be submitted to the VA and A/E prior to commencing work. One courtesy copy shall be sent to the VA while five copies are simultaneously sent to the A/E. The submittal log shall be submitted to the VA with a list of submittals required per the specifications within ten calendar days of this Pre-construction Meeting. Schedule of Values/Progress Chart: Schedule of Values, broken down into labor and material for each geographical areas and trades, along with the Progress Chart must be submitted to the VA within ten calendar days of this Pre-construction Meeting. The schedule of values must be approved by the COTR and the Contracting Officer before work commences. Prior to commencing work, the contractor shall submit a detailed schedule of work (including phasing, if any) from the starting day to the day of completion prior to commencing work. The Schedule of Values and updated Progress Chart will then be used for all progress payment requests. Payment requests will not be processed until the Schedule of Values and Progress Chart are submitted for the month. Subcontractor List: Within ten calendar days of this Preconstruction Meeting, submit to the VA a sub-contracting plan with a list of all subcontractors including the company name, address, phone number and contact person. The sub-contracting plan must be approved by the Contracting Officer. Phases 1 & 2 On/Off Jobsite: The Superintendent on the job should sign the Log book in Engineering Office at the beginning of each workday. The VA must be made aware of when the contractor is on or off the Job site. Daily Logs: All contractors shall submit to the VA a completed Daily Log to the COTR no later than the working day following the subject day. The daily log shall be on the form provided by the COTR at the Pre-construction Meeting. Payment applications will not be processed until the Daily Logs are up to date for that month. Bi-monthly Meeting: The contractor shall attend bi-monthly construction review meetings on the second and fourth Thursdays of the month at 9:00 a.m. to be held in Room 147, Bldg. 37. Work Hours: The tour of duty for the COTR on this project is 7:00 a.m. to 4:30 p.m. If the contractor would like to work hours other than that, he/she shall request permission to do so from the COTR as per specifications. The contractor cannot work on national holidays, when the building is closed for business. Payment Applications: Payment Applications must be into the VA at the start of each month for the month prior. A pencil copy could be submitted prior to final copy for COTR preliminary review. Emergency Number: In case of emergency contact Person Name: Phone/Pager #: Bond: The contractor should request payment for their performance bond immediately. This will initiate the payment process. Payrolls: On all contracts over $25,000, certified payrolls must be submitted weekly. Payments will not be processed until all payrolls are into the VA. Storage/Field Office: No on-site storage or field office will be provided. If a trailer will be brought on site, request a location for it and get approvals as early as possible. Dumpster: Will a dumpster be required? If so, notify the COTR of such and request a location for it. Keys: The COTR will need two copies of keys for any locks in temporary partitions or construction entrances. One key for COTR and one key for fire department. Barricades: All construction areas are to be barricaded off from non-construction personnel. This is especially critical near all patient care buildings. VA Equipment: The use of VA equipment (i.e.: carts, towels, etc.) is strictly forbidden unless approved by the VA. Hard-hats: Hard-hats shall be worn by all personnel on a construction Jobsite during all demolition and activities requiring overhead work. Badges: Badges shall be worn at all times by construction personnel while on VA property. Burn Permits: A burn permit shall be obtained for all cutting with a torch, welding and smoldering operations. Fire Stopping: Any penetrations through all new and existing walls shall be sealed with a fire-rated sealant before leaving that area of work. Clean Up: All debris will be removed daily from the work area at the close of each workday. Contain debris before transport in tightly covered containers. Place dust mat at entrance and exit of work area. No Smoking: No smoking is allowed in the building including construction areas. Violation of this rule will result in work stoppage by COTR and Contracting Officer. Only designated smoking areas shall be used by the contractors. Asbestos Abatement: All asbestos abatement shall be done according to VA regulations. The contractor shall obtain the permission of Project Engineer prior to commencing the abatement. No abatement work will be started without approved asbestos submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA79711IB0254/listing.html)
 
Place of Performance
Address: Service and Distribution Center (SDC);Hines Building 37;Hines, Illinois 60141
Zip Code: 60141
 
Record
SN02593121-W 20110928/110927000124-b37d72b5536eab26d763e5c78f96a584 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.