Montana Bids > Bid Detail

Z2DA--436-22-125 Domestic Water Tank Legionella Remediation-Sanitization (VA-22-00086867)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159709196481797
Posted Date: Nov 15, 2022
Due Date: Nov 30, 2022
Solicitation No: 36C25923Q0097
Source: https://sam.gov/opp/3afad07d2f...
Follow
Z2DA--436-22-125 Domestic Water Tank Legionella Remediation-Sanitization (VA-22-00086867)
Active
Contract Opportunity
Notice ID
36C25923Q0097
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 15, 2022 08:45 am MST
  • Original Response Date: Nov 30, 2022 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Ft Harrison Heath Care System Campus Ft Harrison , MT 59636
Description
Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Sources Sought.

Purpose: Ft Harrison, MT VAMC | 500k Domestic Water Tank Legionella Remediation-Sanitization | Project# 436-22-125.

This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 236220 - Commercial and Institutional Building Construction Contractors (size standard of $39.5M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this synopsis, a solicitation announcement may be published.

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) Construction Contract.

Project Scope Summary:

1. The Fort Harrison, Montana VA Healthcare System (FHM Facilities Management Services) requires the services of a qualified Contractor and/or Engineering Firm (to be referred to as Contractor herein) to provide Services and Upgrades to its existing 500k-gal Domestic Water Storage Tank. Services to be provided by the Contractor include the following:
a. FHM Facilities Management Services to manipulate system valving to bypass and drain the Domestic Water Storage Tank in preparation for the project with no disruption of supply from City of Helena water main line to the site facilities.
b. Following bypass and drain procedures - Contractor to coordinate Confined Space entry to perform interior surface sanitization of the Domestic Water Storage Tank. All surfaces to be sanitized including interior tank ceiling, mechanical systems, and any ancillary fitments.
c. Contractor to perform Inspection & Survey of concrete structure and surface, then generate and submit a Report of Findings. Photographs with accurate repair locations must be compiled during this survey and included in the report. Methods and means during the survey shall not include destructive investigation or testing and cannot interfere with normal operations of the system.
d. The Report of Findings will include recommendations for Remediation, Repair, and Modification options to include the application of an appropriate protective coating that will mitigate the propagation of bacterial growth and slime accumulation.
e. Contractor to plan and execute Remediation, Repair, and Modification procedure to refurbish tank structure and apply protective coating to entire interior surface. Contractor to repair any damage to piping or other ancillary systems.
f. Contractor to replace tank drain valve when tank is empty. Valve to match or exceed existing specifications.
g. Contractor to eliminate the interior access ladder and all anchor points. Contractor to fill in anchor point holes with hardware and/or appropriate fill material.
h. Contractor to coordinate with FHM Facilities Management Services during refilling and realigning the water tank valving to the Fort Harrison site to ensure quality of work including but not limited to - no leaks in tank or plumbing fixtures, no excessive debris or blockages in plumbing, proper delivery of water to all facilities at Fort Harrison.

Disclosure of the magnitude of the Construction Project:
Between $100,000.00 and $250,000.00

Requested Information:

If you are interested and are capable of providing the sought-out construction services, please provide the information indicated below (Incomplete Responses will not be Reviewed). The capabilities package for this notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract.

1. Company Profile: Response to this notice must include company name, address, point of contact, and the company profile to include number of employees, annual receipts, number of offices and office location(s), Unique ID number, CAGE Code, and statement regarding small business designation and status.

2. Type of Business: (a) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (b) Is your company considered small under the NAICS code identified under this notice?

3. Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address.

4. Provide confirmation that your firm can obtain and has the capacity to bond this project up to $1M.

Response Submission:

Please submit your information via email to Denver Robb, Contract Specialist, at Denver.Robb@va.gov, by the closing date and time listed on this announcement. Please limit your responses to three (3) pages and include the following as the subject line of your email: Sources Sought for 500k Domestic Water Tank Legionella Remediation-Sanitization | AP-4018 | Project# 436-22-125; Your Firm s Name.

Please do not include advertising or promotional materials.

DISCLAIMER
This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 08:45 am MSTSources 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 >