Nevada Bids > Bid Detail

Z2DA--VISN 21 MACC, Project #593-22-101, Upgrade ATS Controls - Bldg. 3

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159369606191633
Posted Date: Oct 27, 2022
Due Date: Nov 29, 2022
Solicitation No: 36C26123R0009
Source: https://sam.gov/opp/7986cffb13...
Follow
Z2DA--VISN 21 MACC, Project #593-22-101, Upgrade ATS Controls - Bldg. 3
Active
Contract Opportunity
Notice ID
36C26123R0009
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Oct 27, 2022 07:45 am PDT
  • Original Response Date: Nov 29, 2022 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    VA Southern Nevada Healthcare System 6900 N. Pecos Road Building #3 , NV 89086
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE
Subject: VISN 21 MACC Sources Sought, Project No. 593-22-101, Upgrade ATS Controls Bldg#3 North Las Vegas
The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification.
Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal.
The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction.
This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought.
Background: The Department of Veterans Affairs is seeking vendors who can provide all labor and materials needed to perform all demolition, replacement, installation, and commissioning of the North Las Vegas VA Medical Center ATS System as per the attached Statement of Work. The vendors must demonstrate the ability to meet all requirements for this notice. See Statement of Work and additional attachments for all details.
The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction., and the small business size standard is $39.5M. PSC Code is Z2DA, Repair or Alteration of Hospitals or Infirmaries. In accordance with FAR 36.204 and VAAR 836.204 Disclosure of the magnitude of construction projects is anticipated between $500,000.00 and $1,000,000.00.

Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Vendor Information Pages (VIP) at https://vetbiz.va.gov/vip/.

INSTRUCTIONS:
Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, a through which should be limited to a brief description, two-three (2-3) pages (including cover letter). If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed.
STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include past experience (within the past five years) in similar in both in magnitude and scope services to the VA, other Government (Federal or State) agency, or for a private facility. Include general information, a brief description of the work, and total magnitude of each project.
SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB).
Include the CAGE or Unique Entity Identifier (UEI) number of your firm on your response.
Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed).

QUESTIONS Please provide answers to the following questions:
Does the magnitude of constructions seem feasible?
Is the period of performance listed in the statement of work reasonable?
Has your firm performed on a similar project in scale to the ATS Control upgrade? If so, how recent?
Has your firm completed a ATS control upgrade on a 24hr building? What would be your proposed general method?
Will the ATS Control upgrade require any power interruptions to the site? If so, what is your firm s plan to provide uninterrupted power while working at the location?
Has your firm had previous experience with working with the government or the VA specifically?
This work will require experienced journeymen technicians. Are such employees on staff or will the service need to be subcontracted? If a subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together?
What are the estimated lead times for this project with current supply chain disruptions? Response is due by 2:00 pm PDT on Thursday, November 29, 2022. Please submit e-mail responses to Christopher Whipple, Contract Specialist, at email address: christopher.whipple@va.gov. Please place Upgrade ATS Controls Building 3, VAMC North Las Vegas in the subject line of your email. This notice is to assist the VA in determining sources only.

See Attachments:
Statement of Work (SOW)- Upgrade ATS Controls Bldg 3
Exhibit A CD Drawings
Exhibit B Specifications Combined

----- End of Sources Sought -----
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 27, 2022 07:45 am PDTSources 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 >