Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOURCES SOUGHT

Y -- Construct Clean Core Addition to Surgical Suite

Notice Date
5/14/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77619Q0089
 
Response Due
5/28/2019
 
Archive Date
7/27/2019
 
Point of Contact
Gregory Parker Jr
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Construct Clean Core Addition to Surgical Suite project at the Providence Veterans Affairs Medical Center (VAMC) located at 830 Chalkstone Avenue, Providence, RI 02908. This is a Design-Bid-Build project. PROJECT DESCRIPTION: Project is for a new surgical suite which involves construction of a two-story brick building that will be added onto the eastern and southern sides of the existing VAMC southeast wing. The total space for this area is approximately 12,300 square feet with a slab on grade foundation. The construction will include architectural, structural, civil/site work, environmental, interior design, mechanical, heating ventilation and air conditioning (HVAC), fire protection and detection, plumbing, electrical & electrical distribution, telecommunications, hospital systems and devices, any specialized equipment/utilities, and site modifications in accordance with the drawings and specifications provided. The project scope will provide construction related services including labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. The completed construction of the two-story building will satisfy all requirements assuring compliance with all applicable local, state, and VA/federal codes and guidelines. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). This project is planned for advertising in June or July 2019. In accordance with Veteran Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $5,00,000 and $10,000,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $36.5 million. The duration of the project is currently estimated at 641 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under project description. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below no later than May 28, 2019 at 3:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Point of Contact: Gregory B. Parker Jr. (Contract Specialist) Email: gregory.parkerjr@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-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/notices/81d1b4f509ccf8acb7e88b79c9f684d1)
 
Record
SN05310689-F 20190516/190514230025 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.