Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOURCES SOUGHT

N -- Amendment 0001 | 598-22-125 Repair/Replace Fire Alarm Systems - NLR/JLM PR 598-25-2-8849-0001

Notice Date
2/10/2025 8:18:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25625Q0490
 
Response Due
2/18/2025 6:00:00 AM
 
Archive Date
03/05/2025
 
Point of Contact
Julius Jones, Contract Specialist, Phone: 501-918-1200
 
E-Mail Address
Julius.Jones@va.gov
(Julius.Jones@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Purpose: Amendment 0001 | Central Arkansas Veterans Healthcare System in Little Rock, AR | 598-22-125 | Repair/Replace Fire Alarm Systems-NLR & JLM This amendment is to inform interested Offerors that the NAICS 236220 remains applicable to this acquisition as this project will remove the old fire panels, install new fire panels, and patch the walls where the old fire panel was located. Product service code is changed from Y1AA to N063 Installation of equipment- alarm, signal, and security detection systems Response for capability statements due date changed to 02/18/2025 at 8AM CDT. No other changes have been made to this notice. ________________________________________________________________________________________________________ Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Central Arkansas Veterans Healthcare System in Little Rock, AR | 598-22-125 | Repair/Replace Fire Alarm Systems-NLR & JLM 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: This project provides fire alarm front-end upgrades/replacement for all buildings on the JLM and EJT campuses. As part of this project, the security system shall be separated from the fire alarm system creating a separate security loop. This project is an equipment replacement and not a life safety upgrade. The existing fire alarm system servicing both campuses is Edwards. The Edwards front-end system shall be replaced with EST-4, programmable Fire Alarm Control Panel (FACP). Power for the new panel shall be provided from the exiting circuit serving the fire alarm system. The new FACP shall be located within the vicinity of the existing FACP. Patching and finishing of walls shall be completed as required. The project shall install smoke detectors in fire alarm control panel rooms that currently do not have smoke detectors units. The project is in an occupied and fully functioning hospital. All technical considerations associated with such, as well as, appropriate noise, language and behavioral considerations shall be followed to the maximum extent. The GC shall be responsible for removing, temporarily storing, and reinstalling existing VA furnishings and equipment. The storage location will be on site but not necessarily inside the facility. The project work sequence shall be working on one building at a time. The existing panel shall be kept operational until the new FACP is installed, all points transferred to the new panel, and tested. The demolition work shall involve removal of existing FACP, any redundant wires, and any redundant conduits associated with the fire alarm panel. Contractor parking shall be coordinated with the Contracting Officer s Representative (COR). The contractor shall park in the designated spots only. Contractor inside laydown and storage area shall be contained in the project area only. Additional outdoor space may be available. Contractor to coordinate with COR. Contractor shall maintain jobsite in a clean and orderly fashion at all times. Daily cleanup is required. Contractor shall protect existing building structure, finishes, fixtures and/or systems that are slated to remain. Any damage caused by Contractor shall be repaired at contractor s expense. In areas of ceiling removal, fire protection system must be modified or a continuous fire watch employed. See specification section 01 35 26 Safety Requirements. The Contractor is responsible for verifying dimensions, existing utilities and other information presented in this document, project plans and/or specifications. The Contractor s price shall include all direct (Bare Cost) and indirect costs (Coefficient) including labor, materials, equipment, transportation, incidentals, and taxes. Prior to any mobilization and construction, the contractor shall request and have an approved Infection Control Construction Permit, Construction Safety Plan, and an Interim Life Safety Measures Certification from the VAMC. Also, project/construction schedule, schedule of values/prices and construction phases must be provided and approved by the Contracting Officer. Contractor is responsible for maintaining a minimum of ICRA level 3 or 4 for all areas depending upon the infection control permit requirement. The Contactor and subcontractors shall attend a Safety training provided by Central Arkansas Veterans Hospital before any work begins. This training includes Infection Control. All Superintendents are required to have an OSHA 30-hour safety training certification. All employees working on site must have an OSHA 10-hour safety training. This training is not provided by the VA. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $2,000,000 and $5,000,000. 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: 598-22-125 | Repair/Replace Fire Alarm Systems-NLR & JLM | 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/468d22f6f8da442884a541df7533d45a/view)
 
Place of Performance
Address: Eugene J. Towbin (EJT) VA Healthcare Center John L. McClellan (JLM) Memorial Veterans Hospital 2200 Fort Roots Drive/4300 W. 7th Street, N. Little Rock/Little Rock 72114, USA
Zip Code: 72114
Country: USA
 
Record
SN07338502-F 20250212/250210230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.