Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
DOCUMENT

Y -- Project#662-15-002 Renovation of patient bathrooms bldg. 200 & 203 - Attachment

Notice Date
3/7/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121-1545
 
ZIP Code
94121-1545
 
Solicitation Number
36C26118B0342
 
Response Due
4/30/2018
 
Archive Date
8/7/2018
 
Point of Contact
Karen Smith
 
E-Mail Address
0-2163<br
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5M. Project magnitude is between $2mil and $5mil. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services Project 662-15-002, This project includes two (2) locations in Building 200 and one (1) location in Building 203. Locations include the ground floor restrooms in Building 200 and 203 and First floor restroom in Building 200. Work to include but not limited to: Demolition of framed walls including tile floors and walls as required; all plumbing and electrical fixtures/devices; removal of mechanical ductwork back to connection point as required; partition removal as required; and protection of adjacent rooms and/or spaces from the project construction. Included in demolition scope is removal to asbestos containing material form location noted. New work includes: new doors and frames; tile at wall and bases, terrazzo tiles all floors; gypsum board finishes on walls ceilings; toilet partitions; plumbing fixtures and all associated accessories and rough-ins as required; electrical power modifications as required; lighting replacement throughout the restroom; baby changing stations; drinking fountains; tie-ins to adjacent hallway acoustical tile, hard-lid ceiling, mechanical ducts and electrical power as required; standard restroom sigma; painting within this project and incorporate per ADA code requirements adequate ADA stalls. The duration of this project is 284 calendar days for CLIN #1- Building 200 Ground Floor and 1st Floor restrooms and 130 calendar days for CLIN #2 -Building 203 Ground Floor restrooms after the Notice to Proceed (NTP) is issued. The Government requests that interested parties provide the following capability information to the Contracting Officer, Karen Smith by e- mail at: karen.smith3@va.gov by 11:00am March 21, 2018: (a)  Business Size (Large/Small) (b)  Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (d)  DUNS number (e)   Ability and experience in managing projects between $2mil and $5mil Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). (g) Anticipated Teaming Arrangements (if any) (h) List of Projects (Government and Commercial) that are similar in scope and size, including SF of project (i) Average price per square foot for each project identified under paragraph (h) above, using the total modified value of the contract Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.          
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/36C26118B0342/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118B0342 36C26118B0342.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4134592&FileName=36C26118B0342-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4134592&FileName=36C26118B0342-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04845437-W 20180309/180307231142-6905ac579181cc7da9c0ef04f65136b0 (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  © 1994-2020, Loren Data Corp.