DESCRIPTION THIS IS A REQUEST FOR INFORMATION ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this sources sought to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Proposed NAICS Code 561210. Any questions or concerns may be directed to Derek Crockett via e-mail at
[email protected]. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION AND RESPONSES TO THE FOLLOWING QUESTIONS: 1.) Company name, address, and business size; point of contact name, phone number, and e-mail address. 2.) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program and the anticipated North American Industry Classification System (NAICS) code. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3.) Can you provide firm-fixed-pricing for the scope of services and supplies outlined in the Draft SOW below? 4.) Does your firm have staff with industry relevant certificates and/or Washington State credentials and/or licenses? If yes, please list what certifications and licenses your firm and staff currently holds. 5.) Does your firm have any existing contracts with the federal government or specific government agencies? (GSA, FSS, ect). If yes, please list the contract number(s) and agency contracts. 6.) Based on the draft SOW below and square footage, can your firm complete the requirement in one weekend or 48 72 hours to prevent impact to hospital operations? 7.) Can your firm warranty the craftsmanship for a period of one year? 8.) Please provide a capability statement (not to exceed 5 pages) detailing any current or historical projects for similar requirements. DRAFT STATEMENT OF WORK (SOW): 2. Contract Title. AMLK Main Entry Road Paving 3. Background. The main entryway from the gate to just past the golf course is heavily pot-holed and patched. It is no longer repairable and needs replacement. This will provide a smooth safe road for all Veterans and staff to enter the American Lake VA Hospital. 4. Scope. This contract s scope is limited to only the American Lake campus and only this one road. The only objective is the replacement of this main entrance road. 5. Specific Tasks. Asphalt Overlay at Main Entry Drive, approx. 63,180 SF Estimate is for Saturday work Provide all transition edges along both sides of the roadway and ends and haul away asphalt spoils. Mill the existing asphalt to 2 in depth and haul away the spoils. Sweep the surface and apply atack coat. Pave 2 Pre-level, at the center of the road for improved elevation slopes to provide acrown for water runoff. Apply adhesion tack coat primer. Provide, install, and compact a 2" finished layer of HMA class 1/2" asphalt. Seal adjacent edges with joint sealant. approx. 27' wide by 2,340 linear feet long. Entrance Gate to just after A.L. golf course entrance excludes any provision, modification, or installation of catch basins. 6. Performance Monitoring This work will be completed over a weekend. The COR will be present during the work to ensure the proper steps are taken and completed to standard. The quality of the repair will be monitored after the fact and the year warrantee will give time and enough use to verify the quality of the materials used. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No government-furnished equipment or information. 11. Place of Performance. All work will be completed on-site at 9600 Veteran s Drive SW, WA 98493