SPECIAL NOTICE
Q -- Long Beach 402 Phases 4 and 6 Activation
- Notice Date
- 3/14/2019
- Notice Type
- Synopsis
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36A77619Q0093
- Archive Date
- 3/24/2019
- Point of Contact
- Contract Specialist
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO SOLE SOURCE: INTRODUCTION: The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) intends to award an Initial Outfitting, Transitioning, and Activations (IOT&A) contract on a sole source basis with Martek-PS&S Global JV, LLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), to provide activation support services for the Tibor Rubin Veteran VA Medical Center in Long Beach, CA. The VA Long Beach Healthcare System requires contractor support to provide IOT&A services for the activation of Major Construction Project 402 Phase 4 and Phase 6 of the multi-phased renovation project. Major construction project 402 contains the renovation of Building 126/126OP at the Tibor Rubin Veteran VA Medical Center, 5901 E. 7th Street, Long Beach, CA 90822 The Building 126/126OP renovation project consists of the renovation of portions of an existing two-story outpatient hospital building and basement. The first and second floors will be renovated to include the following services: Specialty Clinics Audiology Speech Pathology Eye Clinic Cardiology Neurology Administrative Functions The main tower entrance at Building 126 will be renovated to improve circulation and to match the newly constructed entrance. The Emergency Department will be renovated to accommodate Patient Registration and a Library/Education Center. A portion of the Basement will be renovated to provide structure for the Audiology booths on the first floor and provision of HVAC and plumbing services for the Project and ceiling replacement. The IOT&A contract is anticipated to be awarded in Spring/Summer 2019 (FY19). REQUIREMENT: The contractor shall provide professional services to include all labor, materials, transportation, and equipment to conduct and provide IOT&A support services to accomplish the Performance Work Statement tasks. The scope includes project support for planning, activating, outfitting, and transitioning the staff and Veterans/patients associated with the project during FY19 through FY20. The scope of services for each phase (Phase 4 and Phase 6) includes: Project Management Support Services (to include Meeting Facilitation & Activation Services) Transition and Relocation Services Warehousing Services Furniture, Fixture, and Equipment (FF&E) Installation Services (to include Training, Delivery, Installation Testing, and Training Services) Closeout and Post Occupancy Evaluation Services (to include Final Turnover, Close-out, and Post Occupancy Evaluation (POE) Services) Information Technology (IT) Installation Services Biomedical Equipment Technology Services ADMINISTRATIVE: The VHA, PCAC intends on awarding this contract pursuant to the authority of 38 U.S.C § 8127 (c) (Also known as the Veterans First Contracting Program) implemented under VA Acquisition Regulation (VAAR) subpart 819.70, which provides the authority to directly contract with a Service-Disabled Veteran-Owned Small Business or a Veteran-Owned Small Business concern. It is anticipated that a firm-fixed-price contract will be awarded in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5. The North American Industry Classification System (NAICS) code for this requirement is 541614 with a small business size Standard of $15 million. Pursuant to VAAR 819.7007 (b) The contracting officer s determination to make a sole source award is a business decision wholly within the discretion of the Contracting Officer; however, responsible sources may identify their interest and capability to respond to the requirement by submitting a capability statement. The capability statement must include documentation that provides evidence of the contractor s specific knowledge and experience in providing IOT&A services for healthcare facilities and must include detailed information regarding the contractor s experience in meeting compressed activation schedules. This notice of intent is not a request for competitive quotations; however, responses received no later than March 22, 2019 by 12:00 PM ET will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No telephone inquiries will be accepted. The preferred method of communication is via email to the point of contact outlined below. DISCLAIMER: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not obligate the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/ISC/OISC/36A77619Q0093/listing.html)
- Record
- SN05249925-F 20190316/190314230030 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |