Connecticut Bids > Bid Detail

C1DA--689-24-115, A-E Bulk Oxygen Tanks Site Prep

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159849186559519
Posted Date: Jan 4, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/7af4a917a3...
Follow
C1DA--689-24-115, A-E Bulk Oxygen Tanks Site Prep
Active
Contract Opportunity
Notice ID
36C24124R0037
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 03, 2024 08:52 am EST
  • Original Response Date: Jan 19, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VA Connecticut Healthcare System West Haven Campus West Haven , CT 06516
    USA
Description
Introduction
Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1), is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this procurement will be based on this market research and information available to the Government from other sources. The purpose of this market research is to identify verified Service Disabled Veteran Owned Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), as well as other socio-economic business firms, which have sufficient staff, flexibility, capability, and interest to perform Engineering Services for the following project. To be eligible to respond as an SDVOB or VOSB, your firm must be certified in the SBA s Veteran Small Business Certification System (VetCert) under NAICS code 541330 at the due date for response to this notice and remain verified throughout the acquisition process. Firms must also be registered in the System for Award Management (SAM). Visit www.sam.gov.

Although the emphasis is on Service Disabled Veteran Owned (SDVOSB) and Veteran Owned (VOSB) Small Business, the Government is interested in any size firm (small or large) and any socio-economic category that has the capability to perform this project in order to determine an accurate acquisition strategy.

Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code § 1101 and FAR 36.601.
General Project Description and NAICS
The purpose of Project 689-24-115, Bulk Oxygen Tanks Site Prep, includes site design to accommodate the removal of existing bulk oxygen tanks and installation of new bulk oxygen tanks at the VA Connecticut Healthcare System West Haven Campus, West Haven, CT. Please refer to the attached Statement of Work for a more detailed synopsis.
This procurement for Architect & Engineering services is assigned NAICS 541330 Engineering Services which has an SBA size standard of $25.5 million in average revenue.
Information Sought
Parties interested in the upcoming procurement should provide the following documentation:
State your firm name (as it appears in SAM.gov), firm office location where these services will be performed from, UEI number, and socio-economic status (i.e., verified SDVOSB or VOSB, WOSB, SB, Large Business). Please include a point of contact with an email address. If responding as an SDVOSB or VOSB, provide evidence of verification in VetCert under NAICS code 541330.
A positive statement of your intention to submit a SF330 for evaluation when request is posted. Include a statement that you have an established office or satellite office with experience designing and knowledge of the locality separately from geographic proximity. Examples include knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique.
Provide a brief narrative on the firm s experience providing services similar to those described in the attached Statement of Work. Please provide contract descriptions, contract dollar amounts, and telephone numbers for points of contact. Descriptions should also detail experience with site design and all such systems and components that may be necessary to achieve project goals.
Although this Sources Sought notice applies to all socioeconomic categories, SDVOSB and VOSB firms will need to provide evidence of ability to meet at least 50% of the cost of personnel for performance will be spent for employees of your concern or employees of other eligible SDVOSB or VOSB concerns (Reference VAAR 852.219-73 for SDVOSB set-aside requirements or 852.219-74 for VOSB set-aside requirements). If you state you will use other eligible firms, provide their names and UEI numbers. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor?
If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns.
A brief statement on capability of performing the work in conjunction with ongoing projects.
Proof of professional liability insurance required to cover the amount of the expected construction contract cost.
Submission Instructions
Interested parties are requested to submit the requested information by 4:00 PM EST on Friday, January 12, 2024, via email to Tamye.Molinaro@va.gov. Please title the subject line as Sources Sought Response 36C24124R0037 .
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 03, 2024 08:52 am ESTSources 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 >