Nevada Bids > Bid Detail

Las Vegas Central Utility Plant Drain Lines

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159111414277725
Posted Date: Oct 31, 2022
Due Date: Nov 15, 2022
Solicitation No: 36C10F23R0008
Source: https://sam.gov/opp/f3a1b46eb5...
Follow
Las Vegas Central Utility Plant Drain Lines
Active
Contract Opportunity
Notice ID
36C10F23R0008
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2022 12:25 pm EDT
  • Original Response Date: Nov 15, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    North Las Vegas , NV 89086
    USA
Description

This is a Sources Sought Announcement only; it is neither a solicitation nor a request for proposal or quotes and does not obligate the Government to award a contract. In accordance with FAR 15.201(e), responses to this notice does not offer and cannot be accepted by the Government to form a binding contract. The work will be performed at the VA Southern Nevada Healthcare System, at 6900 Pecos Rd, North Las Vegas, NV 89086. Interested firms should provide sufficient information to allow informed evaluation and decision to ascertain if there is enough competition to solicit this requirement as a Service Disable Veteran Owned Business (SDVOSB). The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if the response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. The estimated cost range is Between $1,000,000 and $2,000,000. The NAICS code for this service is 236220. The Small Business Size standard is $39.5 MILLION. Please respond to the sources sought to address these questions. (1) Examples of construction service experiences repairing and replacement of systems within the Central Utility Plant projects completed within the last five years of similar size, scope, complexity, and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, a brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact. (2) Provide a company profile, including a number of employees, annual receipts, office location(s), and SAM UIE#/ DUNS number. (3) Evidence to establish your company's standing as an (SDVOSB) small business concern, under applicable NAICS. (4) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. (5) Bonding capacity (from surety). A bid bond, as well as payment and performance bonds, shall be required.





THIS IS NOT A REQUEST FOR PROPOSALS. Responses must be received no later than 4:00 PM, Local Time on November 15, 2022. Electronic submissions will be accepted if sent via email to Dominik.Gammon@va.gov Questions regarding this notice may be addressed to Dominik.Gammon@va.gov. Failure to submit all information requested will result in a contractor not being considered as an interesting small business concern.















SCOPE OF WORK





The contractor will determine if the functional integrity of the sewage drainage flow is fully effective from the VAMC Energy Plant to the Utilities Main Sewage Service Connection located to the east of the facility. If any defects are found, the Contractor shall replace and install sewage pipeline materials that render the external main pipeline fully functional, thereby meeting any and all applicable specifications including temperature and slope specifications, materials, sizing, locations of cleanouts, drains, traps, floor sink specifications, trap primers that may have been compromised due to drainage damage, proper location of new drains to facilitate machinery maintenance as well as consideration of installing new drains in a manner that will not compromise plant operations.





The project will abandon the broken/degraded portions of the existing PVC drain line within the footprint of the boiler and chiller rooms, in place. Design and construct a project to collect all boiler and chiller room drains via a new channel and trench drain system and connect to a properly constructed hub and spigot cast iron main drain line that feeds to the sanitary sewer system. Reroute existing condensate lines and connect to the new blowdown separator. Find and repair known breaks and conduct additional exploratory surveys to determine the extent of the damage to the PVC drain line within the chiller room and cap off prior to the north of the chilled water pump skids. Pick up the existing skid floor drains and allow for the total abandonment of the existing PVC line. The existing line is still capped at the chiller skids allowing them to continue operating and not require the rerouting of the associated drains in the chiller plant. Abandoned lines will be filled with grout to avoid further erosion of the sub-surface material. Determine and find the damaged and settling concrete slab on grade areas within the Chiller Room. Repair or replace any damaged concrete slab on grade to match the required strength and durability in the original design/contract documents. Provide new fill and verify bearing soil and compaction as required and recompact to the required standard of the original design/contract documents.





The Government will not entertain any questions or inquiries until RFP issuance. Responses to questions or inquiries shall be posted through a solicitation amendment.





Firm-Fixed Priced Construction Contract. The contract will be procured using FAR Part 15- Contracting by Negotiations, as it has been determined by FAR 6.401 to be the most appropriate method of contracting for the subject requirements. The Government will not entertain any questions or inquiries until RFP issuance. Responses to questions or inquiries shall be posted through a solicitation amendment. The Government requires a bidder to have an active DUNS Number and NCAGE Code, and register in the System for Award Management (SAM).



The NCAGE code and DUNS number MUST be included The NCAGE code and DUNS number MUST be included in the bidding process. It is the responsibility of the bidder to comply and register. If you currently do not have a DUNS, NCAGE, or SAM registration, information is provided below to assist you.



DUNS:



Take the following steps to receive a DUNS number:




  1. Go to https://fedgov.dnb.com/webform

  2. Click Begin DUNS Search

  3. Choose your country and fill out a short form.

  4. Dun and Bradstreet will list up to 3 matches. If your entity is not listed, choose to request new DUNS, and continue from there. Dun and Bradstreet generally respond to each web form submittal within 24-48 hours.



SAM:



To create an account and access SAM as a new user: 1.



Go to https://www.sam.gov




  1. Click on Create User Account

  2. Complete the requested information, and then click Submit/Create

  3. Select Individual User Account.

  4. You will receive an email confirming you have created a user account in SAM. You can now register an entity, search For Official Use Only (FOUO) information, and (if you are a designated government official) enter exclusions into the system.



To register in SAM as an entity:




  1. log in to SAM with your user ID and password (received after completing the steps above)

  2. Gather all the required information needed to complete your registration.

  3. Click on Register New Entity from the left side navigation pane.

  4. Complete and submit the online registration.



It is estimated that it will take approximately 30 minutes to complete registration if you already have all the necessary information on hand, depending upon the size and complexity of your entity. You will receive an email confirming that your registration is in process. Note that new registrations can take an average of 7-10 business days to process in SAM. SAM must send out some information for validation with outside parties before your registration can be activated.



Required information for SAM registration:



Your Data Universal Numbering System (DUNS) number from Dun and Bradstreet, and the name and address associated with that DUNS. Your Taxpayer Identification Number and the name associated with that TIN, if applicable (from your W- 2 or W-9) Your Contractor and Government Entity (CAGE) Code (or NCAGE), if you already have one (if you don’t, one will be assigned to you during registration)



Your Electronic Funds Transfer information, such as your financial institution’s ABA Routing Number and your account number, along with the bank phone or fax number.



JOINT VENTURE REQUIREMENTS Joint Venture (JV) OFFERORS shall provide with their Request for Proposal a notarized legal document that establishes the JV. The JV Agreement shall take effect upon the submission of the Request for Proposal and remain irrevocable until one (1) year after the work has been finally inspected and accepted by the Government. Submission of the notarized legal document that establishes the JV shall be furnished with the Request for Proposal in its original language version along with a certified English translation of the notarized JV document. The Joint Venture must be formed and valid at the time of submission of the Request for Proposal. A correctly formed Joint Venture will have its own active NCAGE and DUNS Number.



CERTIFICATIONS, LICENSES, PERMITS, FEES, ETC. OFFERORS shall be responsible for determining and paying all fees associated with and obtaining any required permits for proposed projects. Offerors are responsible for acquiring any required professional certifications (licensing.}All coordination with the local, regional, and national authorities is the responsibility of the bidder.



Place of Performance:



VA Southern Nevada Healthcare System, 6900 Pecos Rd, North Las Vegas, NV 89086.



Contracting Office Address:



Department of Veterans Affairs, Office of Construction and, Facilities Management, 400 Mare Island Way Suite #100, Vallejo Ca 94590.



Point of Contact:



Dominik Gammon, Contracting Officer


Attachments/Links
Contact Information
Contracting Office Address
  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 31, 2022 12:25 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >