DOCUMENT
Y -- Clinical Support for PET-MR - Bronx - Attachment
- Notice Date
- 4/16/2018
- Notice Type
- Attachment
- 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
- 36E77618Q9050
- Response Due
- 4/30/2018
- Archive Date
- 6/29/2018
- Point of Contact
- Scott Elias
- E-Mail Address
-
Contracting Officer
(scott.elias@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 Clinical Support for PET MR Site Prep project at the Bronx VA Medical Center (VAMC). This is a design-build project. PROJECT DESCRIPTION: This project will provide clinical support (Architectural/Engineering Design) and Construction for the renovation of room 2A-329, Bldg. 100 into a fully functional PET MR Slice CT. The area of renovation is approximately 800 square feet. Work may include updating the appearance of the Clinic Center to the Planetree environment to include the modification of the existing 2A support areas, (i.e. examination rooms; control rooms and medical storage areas. This clinical support is design/build and it will modify and/or replace of all utility systems (lighting, electrical, telecommunications, fire alarm, ceiling, wall and floor finishes). Modification and/or replacement to our mechanical (HVAC), plumbing systems and building exterior to accommodate the revised upgrade including a new room temperature control system directed towards our existing Johnson Controls MetaSys building management. These modifications will address (and correct) Patient and Staff Flow Configuration, (General Staffing Conditions; in addition to all support space). This will include the partial reconfiguration of the adjacent GD space that may be impacted by the new practices design. It is important that construction phases allow the user services to maintain operations during construction in the surrounding areas. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in late May of 2018. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000 and $5,000,000. 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 400 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 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. 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 by April 30, 2018 3:00 PM EDT. 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: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Scott Elias: scott.elias@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab2f12f7bcc9b1d5220f0044d6fb1059)
- Document(s)
- Attachment
- File Name: 36E77618Q9050 36E77618Q9050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4230789&FileName=36E77618Q9050-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4230789&FileName=36E77618Q9050-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36E77618Q9050 36E77618Q9050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4230789&FileName=36E77618Q9050-000.docx)
- Place of Performance
- Address: Bronx VA Medical Center;130 W Kingsbridge Rd;Bronx, NY.
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN04890393-W 20180418/180416230723-ab2f12f7bcc9b1d5220f0044d6fb1059 (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 |