Replace Electrical Panel Board in OR

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Florida
Type of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Dec 7, 2022
Due: Dec 20, 2022
Solicitation No: 36C24823R0073
Publication URL: To access bid details, please log in.
Follow
Replace Electrical Panel Board in OR
Active
Contract Opportunity
Notice ID
36C24823R0073
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 12:48 pm EST
  • Original Response Date: Dec 20, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 15, 2023
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    FL 33125
    USA
Description

SYNOPSIS: 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, Network Contracting Office (NCO8) is conducting a market survey and is seeking potential sources to Replace Electrical Panel Board in OR at the Miami VA Medical Center, Miami, FL. This requirement was previously solicited for under 36C248R0003 but was subsequently canceled due to lack of participation. A tiered evaluation is being contemplated based on socioeconomic categories within NAICS code 238210 (size standard $16.5M). All socioeconomic categories are encouraged to respond to this announcement. PROJECT DESCRIPTION: Please see the attached drawings and specifications for the full scope of the project. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the Bid Build approach. The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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 during the fiscal year 2023. The North American Industry Classification System (NAICS) code 238210 (size standard $16.5M) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction-related services such as: providing labor, materials, and equipment required to complete the project. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number, and email. Section 2: Provide company business size based on NAICS code 238210. 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 prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the available budget amount listed below in Section 6. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last Ten (10) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe your Self-Performed effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. *Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 6: The government has a target ceiling for award of construction between $1,000,000.00 and $5,000,000.00, based on the funds currently available for this project. The Government cannot guarantee that additional funds will be made available for award. Please provide a statement explaining whether or not, in your professional opinion, all aspects of this project as described in the specifications and drawings can feasibly be completed at or below this target ceiling price. Please note this is not a solicitation, and any estimates or prices provided will not be evaluated or considered binding in any way if and when an RFP is issued. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Unique Entity Identifier (UEI , socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by December 20 at 12:00 PM Eastern Standard Time. No phone calls will be accepted. 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, proceed with full and open competition as other than small business, or utilize a tiered evaluation approach. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Secondary Point of Contact apolinar.vargas@va.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 07, 2022 12:48 pm ESTSources Sought (Original)

Related Document

Dec 30, 2022[Solicitation (Original)] Replace Electrical Panel Board in OR
Jan 30, 2023[Solicitation (Updated)] Replace Electrical Panel Board in OR
Mar 22, 2023[Award Notice (Original)] Replace Electrical Panel Board in OR
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Synthetic Training Environment (STE) Next Generation Constructive (NGC) Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/15/2024

reference number bid opening date and time information conference date & time category

Manatee County

Bid Due: 4/30/2024

24-011 Naples Pier Reconstruction - ITB Bid/RFP Status: Open - accepting bids and

City of Naples

Bid Due: 5/07/2024

Solicitation #: B240145KLB Project Name: Lovers Key / Bonita Beach Nourishment Scope of

Lee County

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.