The RFP Database
New business relationships start here

Correct Campus Water System at Sacramento VAMC


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

SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information 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 DESIGN-BUILD project: Correct Campus Water System at the Sacramento VA Medical Center (VAMC).

PROJECT DESCRIPTION:
The purpose of this water tower and reservoir project is to provide a sufficient water supply for the current and future expansion at the Sacramento VAMC. The Sacramento VAMC is a 43 building campus covering approximately 617,659 square feet. The water pressure and emergency water storage supply are required to be upgraded. It has been determined that upsizing the existing 6 water loop to an 8 and implementing an elevated water tank will solve pressure issues and hold a 96 hour emergency water supply. The scope of this project covers the entire Sacramento VAMC campus that is currently being serviced by three 8 waterlines coming from the south part of the campus along Peter McCuen Blvd. These lines are reduced to 6 inches inside the campus and form a loop around the campus. Each of the buildings are connected to the main loop by smaller lines, ranging from B> to 6 . There is also a 40,000 gallon above ground emergency water storage tank that is not connected to the loop. Fire suppression, hydrants, domestic water, irrigation, ect., are also tied into the main loop.

The Design Build (DB) contractor shall furnish all design (AE) services, materials, supplies, equipment, investigations and project supervision, and construction period services associated with this contract. Design shall meet VA Design Guides and Design Criteria and VA Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL). Design shall follow all current applicable codes, including International Building Codes (IBC), National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), and VA Plumbing Design Manual and VHA Directive 1061 design standards for protection against Healthcare-Associated (HCA) Legionella Disease (LD). The DB contractor shall also furnish all labor, materials, supervision, and administration for the construction phase of this contract.

PROCUREMENT INFORMATION:
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 May of 2019. In accordance with VAAR 836.204, the magnitude of construction is over $10,000,000. The North American Industry Classification System (NAICS) code 237110 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 575 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.
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 237110. 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 4 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 March 29th, 2019 at 3:00 PM EST. No phone calls will be accepted.
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. If a solicitation is released it will be synopsized on 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:
VHA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Kaylan Grove
Contract Specialist
kaylan.grove@va.gov

Kaylan Grove

kaylan.grove@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP