The RFP Database
New business relationships start here

White River Junction Underground Utilities Repair


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

INTRODUCTION:

In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Replace Underground Utilities construction project at the White River Junction VAMC located at 163 Veterans Dr, White River Junction, VT 05009. This is a design bid build project.

PROJECT DESCRIPTION:

Provide all the necessary supervision, labor, equipment, material, transportation, testing, site surveying and infrastructure required to complete work for the Replace Underground Utilities project at the White River Junction VAMC. Work includes, but is not limited to, general construction, alterations, roads, walks, grading, drainage, supply water service, sanitary sewers, storm sewers, steam mains and necessary removal and replacement of existing structures and construction.

The project scope includes preparation of the site for building operations including demolition and removal of existing structures, labor and materials and all construction for the underground utility replacement to include sanitary sewer, storm sewer, including inlets and outlets, water and steam, and restoration.

PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract. The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15, considering technical and price factors. 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.

This project is planned for advertising in October 2019. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard 36.5 million) applies to this procurement. The duration of the project is currently estimated at 545 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.

CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following format:

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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners.

Section 3: Provide a Statement of Interest in the project.

Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from the bonding company.
Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below no later than September 18, 2019 at 3:00 PM ET.

The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. 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.

At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

Contracting Office Address:
VA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Samantha Mihaila (Contract Specialist)
E-Mail: Samantha.mihaila@va.gov

Secondary Point of Contact:
Megan Dohm (Contracting Officer)
E-Mail: Megan.Dohm@va.gov

Samantha Mihaila

samantha.mihaila@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP