Z2AA--CON | 598-19-127 | B104 Renovations - LETC

expired opportunity(Expired)
From: Federal Government(Federal)
36C25624Q0308

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (28 days ago)

Due Date

01 Apr, 2024 (28 days ago)
Bid Notification

Type

Bid Notification
36C25624Q0308

Identifier

36C25624Q0308
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103459)VETERANS AFFAIRS, DEPARTMENT OF (103459)256-NETWORK CONTRACT OFFICE 16 (36C256) (5911)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Notice Sources Sought Notice Page 3 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 DESCRIPTION Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Eugene J. Towbin Healthcare Center in North Little Rock, AR | 598-19-127| B104 Renovation LETC In an effort to enhance opportunities for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, NCO16 is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a VHA procurement opportunity. In case no SDVOSBs or VOSBs possess the capacity, all Small Businesses possessing the necessary capacity are encouraged to provide a response. Results of the preliminary market research will be used to determine the potential future solicitation s
set-aside requirement. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) single award contract. Please provide a positive statement of your company s interest based on an abbreviated scope of work description. Abbreviated Scope of Work: 1.0 Scope of Work 1.1 The project Building 104 Renovations is located at the Eugene J. Towbin Healthcare Center, North Little Rock, AR, Building 104. 1.2 The Law Enforcement Training Center (LETC) provides training to VA and DOD law enforcement/ security personnel to enhance the safety of veterans, guests, and employees. LETC has experienced a growth in student attendance and anticipates an expansion of students in support of the Secretaries shared services reorganization. New administrative, training, and mechanical system upgrades are needed to meet the growth off LETC. Building 104 requires renovations to meet LETC specific training and mechanical system needs. 2.0 Work Overview 2.1 General project scope is provided below. 2.2 Renovate building 104 (approximately 10,557 SF total) to meet LETC requirements. Scope includes full replacement of all building restrooms and shower rooms, principally to conform to ADA/ABA accessibility requirements, the addition of a structural beam to provide adequate support for a large existing copier, and new flooring through all spaces. Mechanical upgrades are limited to providing a new cooling tower for the building, with a small number of unitary cabinets replaced as part of the restroom work described above. 2.3 Room 105 requires installation of new structural beam in the basement area directly below, underneath the floor which needs additional support. 2.4 Men s restroom and showers room 113. Demo and renovate Men s restroom and showers, room 113. 2.5 Women s restroom and showers room 114. Demo and renovate Women s restroom and showers, room 114 2.6 New Janitor Closet 102. 2.7 Men s restroom and showers room 214. Demo and renovate Men s restroom and showers, room 214. 2.8 Women s restroom room 215. Demo and renovate Women s restroom, room 215. 2.9 (Combined) Conference Room 203. Demo and renovate rooms 202 and 203 into a combined new Conference Room 203. 2.10 All Spaces (Level 01 and 02). Demo and install new floor throughout all existing spaces (Levels 01 and 02). New flooring does not include Level 01 and 02 corridors, training room 103, and laundry 107. 2.11 Major Mechanical Equipment. Mechanical equipment scope. 2.12 Electrical Equipment. Electrical equipment electric panel replacement. 2.13 Fire Protection/Fire Alarm (FP&C). Fire alarm and fire protection. 2.14 Period of Performance for construction completion: 180 days 2.15 This project will also correct deficiencies as identified in the 2015 VISN 16 Facility Condition Assessment (FCA), North Little Rock. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $ 500,000 and $1,000,000. Requested Information: 1. Please identify your firm s small business category. If your firm is either SDVOSB or VOSB, please state whether you are currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction. Current SBA size standard for NAICS 236220 is $45.0M. Offerors shall be registered at Veteran Small Business Certification (VetCert) with the SBA and in System for Award Management (SAM) database at www.sam.gov and have completed online Representations and Certifications. Offerors shall be registered with the NAICS code assigned to this acquisition. 2. Please provide a capability statement. Describe your firm s in-house capability to accomplish the summarized project scope/goal; how your firm intends to meet the 15% self-performance requirement per PL109-461; and confirmation that your firm can obtain performance and payment bonds for this project. 3. Please state your firm's name, address, UEI and CAGE number, and primary point of contact, including telephone number(s) and email address. 4. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address, and telephone number. (b) Contract number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. Response Submission: Please submit your information via email to Julius Jones, Contract Specialist, at Julius.Jones@va.gov, by the closing date and time listed on this announcement. Please limit your response to three (3) pages and include the following as the subject line of your email: 598-19-127| B104 Renovation LETC | Sources Sought| Your Firm s Name. Please do not include advertising or promotional materials. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.

Eugene J. Towbin Healthcare Center Building 104  North Little Rock ,
  72114  USALocation

Place Of Performance : Eugene J. Towbin Healthcare Center Building 104

Country : United StatesState : ARCity : North Little Rock

Office Address : 715 SOUTH PEAR ORCHARD RD., PLAZA 1 RIDGELAND , MS 39157 USA

Country : United StatesState : MississippiCity : Ridgeland

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2AAREPAIR OR ALTERATION OF OFFICE BUILDINGS