This is not a solicitation for proposals. No contract will be awarded from this announcement.
This Sources Sought Notice seeks information from industry to assist with market research and preliminary planning for the procurement described.
No proposals are being requested or will be accepted.
The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, who have the capability to provide Comprehensive Underground Utility Location and Mapping services at the Dayton VAMC, Dayton, OH. See Proposed Statement of Work on following pages.
Interested parties who can provide the services described are requested to submit the following information:
Company name, address, point of contact with phone number,
SAM Unique Entity Identifier (UEI)*,
Documentation relating to performance capability,
Socio-economic status to identify the business class as a large business, SDVOSB, VOSB, small business, Woman Owned, etc.,
Place of manufacture (if applicable),
Any other pertinent company information or documentation.
* All interested parties must be registered in SAM (System for Award Management) to be eligible for the award of any Government contract.
Send requested information via email to Brian.Rosciszewski@VA.gov.
Firms that respond to this Sources Sought notice but do not provide ALL the requested information may not be considered by the Government when making acquisition decisions.
This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised that the government will not pay any costs for responses and information submitted.
Respondents may not be notified of the results of this notice; it is at the discretion of the Government to release any results.
Your participation is appreciated.
** End of Sources Sought Notice **
PROPOSED STATEMENT OF WORK
The purpose of this project is to provide comprehensive Subsurface Utility Engineering (SUE) services in accordance with ASCE 38-22 for the identification, designation, mapping, and verification of underground utilities.
The property includes approximately 270 acres of federal property consisting of the Dayton VA Medical Center campus, the historic Dayton National Cemetery and the fire station on VA grounds. Portions of the infrastructure date back to 1867. Due to the age, complexity, and incomplete historical documentation of underground systems, a structured, quality-leveled SUE investigation is required to reduce construction risk, prevent utility strikes, and support long-term infrastructure planning.
The Contractor shall provide all labor, supervision, equipment, traffic control, restoration, and professional services necessary to identify, designate, and map underground utility systems across approximately 270 acres including the Dayton VA Medical Center campus and the Dayton National Cemetery.
Utilities requiring investigation and identification include:
Storm sewer systems
Sanitary sewer systems
Potable water distribution
Fire protection mains
Chilled water systems
Steam distribution lines
Condensate return lines
Primary electrical distribution
Secondary electrical distribution
Natural gas lines
Emergency power feeders
Telecommunications and data systems
Fiber optic infrastructure
Site lighting circuits
Abandoned or unknown utility lines encountered
Underground Storage Tanks
Fuel lines coming from above and underground fuel storage tanks
Irrigation systems
Utility easements
Capped landfill
Aqueducts
Abandoned building foundations
Abandoned tunnels
Definitions:
Quality Level D (QL-D) Collection and review of all available records including as-built drawings, historical maps, GIS data, central plant records, engineering archives, and cemetery infrastructure documentation.
Quality Level C (QL-C) Survey of visible surface features and correlation with existing records.
Quality Level B (QL-B) Surface geophysical designation using electromagnetic locating, ground penetrating radar (GPR), and appropriate conductive/inductive methods. Horizontal location markings and digital capture required.
Quality Level A (QL-A) Vacuum excavation (soft dig) test holes to confirm horizontal and vertical location, depth to top of utility, material identification, photographic documentation, and full restoration.
Campus Conditions. The Contractor shall account for active 24/7 hospital operations, high-voltage electrical systems, pressurized steam and condensate, fiber optic backbone systems, burial areas within cemetery grounds, and infrastructure of varying age and material. Work shall be phased to minimize operational disruption.
The Deliverables include:
Zones 1-4 shall be completed to the Quality Level A standard.
Zone 5 shall be completed to the Quality Level B standard
AutoCAD (.dwg) files layered by utility type and annotated by Quality Level
CAD drawings must follow VA National CAD Standard as specified in VA Program Guide 18-13
Depth data included for all QL-A verified utilities
GIS-compatible ESRI shapefiles with metadata documenting accuracy and methodology
Consolidated property utility atlas (hard copy and PDF)
Test hole log including coordinates, depth, size, material, date, method, and photographs
Dayton VAMC must be provided with the capability of adding to the file of drawings in the future.
Phasing to be determined.
Restoration - All disturbed surfaces shall be restored to original condition including asphalt, concrete, turf, landscaping, and cemetery grounds with sensitivity to burial areas.
Safety Requirements - Contractors shall comply with VA safety standards. Lockout/Tagout coordination required where applicable. Infection Control Risk Assessment (ICRA) procedures may apply near clinical buildings. Coordination with Facility Management is required.
The Government will not furnish equipment.
Risk Control - Assumed by contractor. Contractor shall comply with VA safety standards. Lockout/Tagout coordination required where applicable. Infection Control Risk Assessment (ICRA) procedures may apply near clinical buildings. Coordination with Facility Management is required.
Period of performance contractor to submit schedule fourteen (14) days after contract award. Work to be completed in eight (8) months.
** End of SOW **