C1LB--402-24-102 Reconstruct and Repave Roads & Parking Lots Phase I (A/E)


Subject: C1LB--402-24-102 Reconstruct and Repave Roads & Parking Lots Phase I (A/E)
Solicitation Number: 36C24124R0042
Notice Type: SRCSGT
NAICS: 541330
Set-Aside: Service-Disabled Veteran-Owned Small Business
Notice Published: 01-05-24
Response Due: 01-19-24

Agency: Department of Veterans Affairs
Office: VETERANS AFFAIRS, DEPARTMENT OF
Contact: Janice Jones, Contract Specialist This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (860) 666-6951
Office Address: TOGUS, ME 04330
Place of Performance: Department of Veterans Affairs Networking Contracting Office 1 VAMC Togus 1 VA Ctr, Augusta 04330


Click for official SAM (FBO) notice, additional information, and accompanying attachments

THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330) SOURCES SOUGHT: The VA Medical Center, 1 VA Ctr, Augusta, ME 04330 is seeking potential sources for an upcoming requirement for professional Architect and Engineering (A/E) Design Services to reconstruct and repave roads and parking lots; add parking spaces and striping; replace existing sidewalks, curbs, storm inlets and storm drainage; install new sidewalks; and add lighting and security upgrades at the medical center campus. PROJECT INFORMATION: Reconstruct and repave roads at 1 VA Ctr., Augusta, ME 04330. Refer to the Scope of Work enclosed within this Sources Sought notice. NAICS: The NAICS code is 541330 and the current small business size standard is $25.5 million. Interested SDVOSB, VOSB and SB firms must indicate their interest in this project by submitting responses to below information described under paragraphs (1) (5). MAGNITUDE OF CONSTRUCTION IS BETWEEN: $5,000,000 and $10,000,000. RESPONSE SUBMITTALS: The following information is required in response to this Sources Sought notice, and responses to this Sources Sought must be submitted to the Contract Specialist via email to This email address is being protected from spambots. You need JavaScript enabled to view it. by or on January 19, 2024 by 3:00 PM EST: (1) State your firm s name (as it appears in SAM.gov), Unique Entity Identifier (UEI) Number, firm s office location where these services will be performed from, socio-economic status of the firm, (i.e., verified SDVOSB, VOSB, WOSB, SB, large business). SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS 541330. (2) Provide a narrative description to support evidence of your firm s experience providing similar services in scope and complexity to services described in the attached Scope of Work. Please do not submit any cost or pricing information at this time. (3) Assurance of the company s ability to perform at least fifty percent (50%) of this requirement in accordance with FAR 52.219-14. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? (4) A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. (5) Proof of professional liability insurance required to cover the amount of this project. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or SB concern. If adequate interest is not received this action will not be set-aside. Interested firms may reply via e-mail to janice.jones 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 Enterprises (CVE). This notice is a market research tool and has not been set-aside for any small business category, however the notice issued is to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Once the appropriate set-aside is determined, a separate public announcement requesting Qualification Statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code ยง 1101 and FAR 36.601. 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. SCOPE OF WORK WILL BE ATTACHED