Skip to main content

An official website of the United States government

You have 2 new alerts

C1DA--A-E Repair Condensate Pump Room Roof, 402-25-008

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)
  • Original Published Date: Jan 27, 2025 09:26 am EST
  • Original Response Date: Feb 11, 2025 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
  • Place of Performance:
    VAMC Togus 1 VA Center Augusta, ME , 04330
    USA

Description

Sources Sought The Togus Veterans Affairs Medical Center (VAMC) in accordance with the Veterans Affairs Maine Healthcare System has a requirement for a Firm-Fixed-Price contract to provide professional Architect and Engineering (A/E) Design Services to develop complete drawings, specifications, cost estimates, construction period administration services, and site visits associated with the following objectives: The Government is in need of repairing a deteriorating Condensate Pump Room Roof in the basement of Building 201. This design must consider the need for all condensate pumps to remain in operation during the construction period. This requirement consists of concrete testing and design for temporary shoring, abatement (if necessary), demolition of existing concrete and rebar, concrete forming, new concrete, and sealant. The design must include detailed plans on how to support all existing utilities currently within the ceiling which include multiple pipes, electrical conduits, lights, etc. The North American Industry Classification System (NAICS) code is 541330 and the small business standard is $25.5 million. Any interested Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business (SB) must indicate interest for this project, in writing, to the Contracting Specialist NO LATER THAN FEBRUARY 11, 2025, AT 4:30 PM EST via e-mail to Andrew.Merical@va.gov. To qualify as interested in this project, information pertaining to the following six (6) components must be submitted in response to this notice on or before February 11, 2025, at 4:30 pm EST: Statement of intent that a proposal will be submitted to the solicitation for this project, which said Statement of Intent shall include the company s System for Award Management Unique Entity Identifier (SAM UEI) Number; Verification through VetCert and/or the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) as an SDVOSB or VOSB under the NAICS Code 541330, if applicable; Evidence of A/E experience with projects primarily located within a medical facility setting, with a construction magnitude of $250,000.00 or more. (Please provide contract descriptions, contract dollar amounts, and telephone numbers for points of contact no photographs); Evidence of A/E experience developing a phasing plan focused on minimizing demolition and construction impacts to the medical facility; Evidence of the company s ability to perform at least fifty percent (50%) of this requirement in accordance with FAR 52.219-14: Limitations on Subcontracting; and Proof of professional liability insurance required to cover the monetary amount of this project. All six (6) components must be submitted, in sufficient detail, prior to the designated deadline for a determination on available and interested SDVOSBs, VOSBs, and SBs. Failure to submit each of the six (6) components, as identified above, will result in a Contractor not being considered as an interested SDVOSB, VOSB, or SB. If adequate interest is not received to this notice by SDVOSBs, VOSBs, and/or SBs, then this project will not be set-aside. As indicated above, interested businesses may reply to this notice via e-mail to Andrew.Merical@va.gov. Businesses must be registered in the System for Award Management (SAM). To register in the SAM database, visit www.sam.gov. SDVOSBs or VOSBs must also be verified by the center for Veteran Enterprise (CVE). Please note that all attachments listed within the SOW will be made available for viewing during the Solicitation period. This Sources Sought Notice was prepared and considered in accordance with FAR 5.203, FAR 5.204, and FAR 5.207, information for future acquisitions. DISCLAIMER: This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice is marked as proprietary and 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 notice.

Contact Information

Contracting Office Address

  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 27, 2025 09:26 am ESTSources Sought (Original)