The RFP Database
New business relationships start here

Design/Build, Project 659-19-106, Emergency Generator for Clinical Laboratory, Building 20


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of 2

DEPARTMENT OF VETERANS AFFAIRS
Network Contracting Office 6 (NCO 6)

Sources Sought 36C24619Q0399

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. Additionally, the Government reserves the right to revise specifications, and refine contract requirements, before the release of any associated solicitation. This is not a Request for Proposals (RFP).

OVERVIEW

The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Design/Build construction services to complete the below scope of work. The place of performance will be the hospital campus of the W. G. (Bill) Hefner VA Medical Center in Salisbury, North Carolina. Forward all questions to the point of contact identified below. The magnitude of construction for this project is currently $250,000 to $500,000, but is subject to revision prior to release of a solicitation.

SCOPE OF WORK

DESIGN/BUILD: The Contractor will perform all work to design, furnish and install a complete and operational Emergency Generator for Clinical Lab Building 20 at the Salisbury VA Medical Center in North Carolina, under the terms of a Design-Build contract, to be awarded in accordance with FAR subpart 36.3, Two-Phase Design-Build Selection Procedures. Work will include design and general construction of underground conduits, installation of a complete and operational 600-kW diesel powered generator set complete with controller, remote annunciator, alternator, battery charger, lead acid batteries, 1,000-ampere generator circuit breaker, necessary ancillaries, sound attenuated enclosure with silencer, a subbase fuel tank including access platforms complete with stairs and safety handrails; modifications to (or removal of, if required) existing approximate 8-foot by 22-foot concrete generator pad, including installation of new retainer wall with fall protection guard, as required to accommodate new emergency generator equipment with access stairs/platforms; coordination with the VAMC facility via the Contracting Officer's Representative to interconnect to existing electric distribution system; and subsequent restoration of any existing roads, walks, grading, drainage, and other utility systems affected by the installation, as well as removal of existing structures and demolished equipment and certain other items. Work shall be designed in strict accordance with the VA Technical Information Library (TIL).

SMALL BUSINESS REQUIREMENTS

For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation.

NAICS CODE: 236220, Commercial and Institutional Building Construction (SBA Size Standard: $36.5 million annual revenue)

PRODUCT OR SERVICE CODE (PSC): Z2DA, Repair or Alteration of Hospitals or Infirmaries

INSTRUCTIONS FOR RESPONDING:

Interested companies can respond, via email, to daniel.spaulding@va.gov, with the following information:

(1.) Firm Point of Contact, including name, title, phone number and email address.
(2.) Firm name, DUNS number and address of the applicable office.
(3.) Relevant General Contractor license number(s) for the applicable State.
(4.) Summary of design-build contracts previously performed.

Additional information may be requested by the Contracting Officer at a later time.

POINT OF CONTACT:

Daniel Spaulding
Contracting Officer
Construction Team 2
Network Contracting Office 6 (NCO 6)
100 Emancipation Dr.
Hampton, Virginia 23667
757-315-3964
Daniel.spaulding@va.gov

DUE DATE FOR RESPONSES:

This notice will close on Friday, 29 March 2019, at 05:00PM EDT.


CONTRACTOR RESPONSIBILITY

A potential source, for the purposes of this notice, is considered to be any firm meeting the following requirements, with experience in managing design-build contracts. Based on responses to this notice, some of the below requirements may be modified, where necessary, prior to release of any solicitation.

1. Anticipated prime contractor is a licensed General Contractor, and holds other required licenses, according to State regulation where the potential source is headquartered and performs work under the applicable NAICS code.

2. The prime source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation.

3. The prime source is registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.)

4. The prime source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for federal contracts in the amount of $150,000.00 or more, performed during the current cycle).

5. The prime source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Where performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition.

6. The prime source has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or Environmental Protection Agency (EPA) violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0.

Daniel Spaulding
Contracting Officer, NCO 6
757-315-3964
daniel.spaulding@va.gov

Daniel.Spaulding@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP