The Department of Veterans Affairs, Network Contracting Office 7, on behalf of the Central Alabama Veterans Health Care System West Campus, 215 Perry Hill Road, Montgomery, AL., 36109, hereby provides notice of its intent to negotiate on a sole source, firm-fixed price contract with no options with Coburn Contractors., located at 1870 I-65 Service Road E, Millbrook, AL., 36054. The award will be executed under authority at FAR 6.302-5 and VAAR 819.7008. The rationale for the sole source acquisition is that Coburn Contractors. is a Service-Disabled Veteran Owned Small Business (SDVOSB) that is capable of completing Omnia Max Site Prep, that involves replacing selected floors, preparing the walls and ceilings for new paint, cleaning and refinishing the three doors in place, and cleaning the ceiling access doors. Additionally, a new floor drain will be installed (including appropriate firestopping), and mechanical louvers will be removed, cleaned, and reinstalled. A few new electrical conduits will be installed above the ceiling, and all fixtures will be cleaned. Contractor to maintain integrity of existing fire rated partitions, fire rated roof, and fire rated floor systems. Ensure proper firestopping of penetrations and repair of rated walls, roof, and flooring systems. The contractor shall schedule current Omnia Max OR equipment removed by the VA supplied contractor on the project schedule. Additionally, contractor to include in the schedule VA provided contractor to install new Omnia Max OR equipment. General trades contractor and electrical contractor to be on site for final connections. A HEPA Air Scrubber will be installed in the adjacent room and will exhaust into the dedicated exhaust fan system within that room. The main entrance to the room will be blocked off, and an anteroom will be constructed in the control room area. Additionally, a digital negative pressure monitor will be installed. In addition to the VetCert search results and the knowledge of the market/industry known to the contracting and the requiring activities, the intent to use a sole source SDVOSB in accordance with FAR 6.302-5 and VAAR 806.302-570(a) and (b) is sufficient. This action is in accordance with 38 U.S.C. 8127 and VAAR 819.7008. This notice satisfies requirements identified in FAR Part 5. The intended procurement will be classified under Product Service Code (PSC) Z1DA and the North American Industry Classification System (NAICS) code 236220 with a small business size of two-hundred thousand ($200,000). THIS NOTICE OF INTENT IS NOT A SOLICATION OR REQUEST FOR COMPETITIVE QUOTES/OFFERS. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. The Department of Veterans Affairs will not be responsible for any costs incurred by interested parties in responding to this notice. All inquiries and concerns must be addressed in writing via e-mail to Kimberly Devlin, kimberlydevlin@va.gov with the following information referenced in the subject line with the following information in the subject line, 36C24725R0028 Site Modification for Omni Max OR. All interested parties who are responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 1:00pm EST on December 24, 2024. Responses are to be submitted to Kimberly Devlin, Contract Specialist, at Kimberly.Devlin@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.
Don't have an account? Sign Up
Forgot password?