United States - Z--Water Infiltration Bldgs 5,6, & 8 (VA-19-00035117)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 04 June 2019
- Opportunity publication date
- 29 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 28, 2019 1:18 pm
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 VA Medical Center Dallas in Dallas, TX. Located at 4500 S Lancaster Road Dallas, TX 75216.
PROJECT DESCRIPTION:
This project will investigate water infiltration into buildings 5, 6 and 8 at the Dallas VA Medical center to correct any deficiencies and repair water damage to buildings and adjacent grounds. The Contractor/Architect-Engineer designs and construction work and services are to comply with the CFM/TIL specifications. The contractor will inspect the entire basement envelope and investigate all possible avenues of water intrusion into the basement; this will include walls, windows, window wells, exterior doors, elevator shafts, stairwells, and other possible avenues of entry. The contractor will develop a schedule phasing to accomplish tasks. The purpose of this project is to seal all penetrations to the building s basement and divert water from the exteriors and annex buildings to existing storm drains. Clean and re-seal all wall penetrations inside and outside of buildings. Install waterproofing materials as appropriate on exterior walls at the subsurface levels.
Building 6 & 8 will require remediation of all interior sheetrock from furred out walls, ceiling tiles and floor tile. Encapsulate area where mold is present. Provide all labor, materials, tools and equipment necessary to install and apply products and or equipment.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract (Final Specifications and Drawings will be provided). 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 July of 2019. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code 238190 (size standard $15.0 million) applies to this procurement. The duration of the project is currently estimated at 270 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 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 238190. 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 (optional).
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:
Brett Meister
Contract Specialist
brett.meister@va.gov
- Opportunity closing date
- 04 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Veterans Affairs VA National Energy Business Center United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.