DOCUMENT
Y -- Renovate 5th Floor Surgery Sioux Falls - Attachment
- Notice Date
- 2/22/2018
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Jason Schultz;Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36E77618Q9025
- Response Due
- 3/1/2018
- Archive Date
- 6/8/2018
- Point of Contact
- Jason Schultz
- E-Mail Address
-
Jason.Schultz@va.gov
(jason.schultz@va.gov)
- 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 Renovation of 5th Floor Surgery at the Sioux Falls, SD VA Medical Center. This is a Design-Bid-Build project. PROJECT DESCRIPTION: The Renovate 5th Floor Surgery project involves working in Building 5, mainly on the 5th floor, but also includes some minor alterations on the 4th floor and the 6th floor mechanical penthouse. Work includes general construction, alterations, mechanical and electrical work, utility systems, sprinkler system work, interior demolition, asbestos abatement, and necessary work as described in the construction documents. This project is for the demolition and renovation of approximately 10,000 square feet of existing space on the fifth floor. The space to be renovated takes up most of the area on the 5th floor and includes some finishing of area on the south side which is within an existing, unfinished, attic space. The existing fifth floor formerly housed the SFVAHCS s surgery department as well as offices for physicians and support staff. Contractors shall work Monday through Friday except on federal holidays unless approved by the VA engineer/COR. After hours construction may need to occur to reduce the impact to patient care. All after hours work shall be coordinated at least 7 days prior to commencement of work and shall be approved by the VA. Any associated costs for after-hours work shall be incidental to the contract. Specific project phasing items are outlined in the construction documents and specifications. This project will include demolition of the existing partitions, finishes, mechanical and electrical items and other built-in fixtures throughout 5th floor as indicated on the drawings. Minor asbestos abatement will also be part of the project. The renovated space will include two small minor procedure rooms and other minor surgery auxiliary spaces, 18 private offices, men s and women s locker rooms, reception and waiting space, a conference room, and associated storage and utility spaces. 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). The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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. This project is planned for advertising in early March 2018. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 547 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 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 description of work. 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. It is requested that interested contractors submit a response (electronic submission) of no more than six (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 by March 1st, 2018 at 12:00 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 Primary Point of Contact: Jason Schultz Contract Specialist Jason.schultz@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ec05aaec42af0818a7e1218f5ddb20df)
- Document(s)
- Attachment
- File Name: 36E77618Q9025 36E77618Q9025.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4100019&FileName=36E77618Q9025-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4100019&FileName=36E77618Q9025-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36E77618Q9025 36E77618Q9025.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4100019&FileName=36E77618Q9025-000.docx)
- Place of Performance
- Address: Sioux Falls VA Health Care System;2501 W 22nd St.;Sioux Falls, SD
- Zip Code: 57105
- Zip Code: 57105
- Record
- SN04832255-W 20180224/180222232504-ec05aaec42af0818a7e1218f5ddb20df (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 |