SOURCES SOUGHT
Z -- 631-451 Upgrade Primary Care
- Notice Date
- 3/2/2020 9:12:08 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120R0041
- Response Due
- 2/21/2020 12:00:00 AM
- Archive Date
- 05/30/2020
- Point of Contact
- Heather Libiszewski-GallienHeather.Libiszewski-Gallien@va.govDale AubinDale.Aubin@va.gov
- E-Mail Address
-
Heather.Libiszewski-Gallien@va.gov
(Heather.Libiszewski-Gallien@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT: The VA Central Western Massachusetts (CWM) requires a general contractor to carry out a multi-phased construction in a patient care occupied building for the requirements of the Upgrade Primary Care and Mental Health Walk-In Clinic Project in Leeds, MA. This includes the construction of two (2) expansion/additions of approximately 2000 SF each onto a historic masonry building (*the whole campus is listed as a historic district on the National Register of Historic Places managed by the Department of Interior), total renovation of approximately 10,500 SF of existing clinical space, and partial renovation of approximately 10,800 SF of space (3,000 SF of office space and 7,800 SF of support service space) both of which are located within the historic building. This work includes asbestos abatement, new HVAC, architectural work and finishes, electrical fixtures and technology upgrades, physical security systems, temporary loading dock, elevator upgrades, demolition of existing greenhouse, structural modifications and new exterior work. All work must meet VHA, OSHA, EPA, and Massachusetts Department of Environmental Protection (DEP) standards. The contractor will carry out the project while the historic building is occupied and in use of upper floors. The purpose of this notice is to determine if there are qualified SD/VOSBs, WOSBs, and Small Businesses that have the experience with primary care and mental health clinic construction for this type of work and if such firms are interested in this procurement and have capacity to carry out the project. The magnitude of construction is $10,000,000-$20,000,000. The NAICS code is 236220 and the small business size standard is $39.5 Million. Interested firms should indicate their interest to the Contracting Officer no later than 2:00 PM EST on 3/13/2020 via email to Heather.Libiszewski-Gallien@va.gov and Dale.Aubin@va.gov. The following information is required in response to this notice: Two (2) comparable projects of similar magnitude ($10,000,000.00-$20,000,000.00) and scope within the past five (5) years for primary care and mental health clinic construction; Describe within the past five years, structures for which you have constructed additions/expansions for buildings that are on the National Register of Historic Places; Two (2) projects worked in an occupied medical building concurrently while you were performing renovations; Describe in a narrative how you undertook to stage and phase a renovation project in a building that was concurrently occupied and in use: (a) Without interrupting ongoing clinical operations, and (b) Conforming to Infection Control Risk Assessment (ICRA) requirements (5) Prime shall provide current (*your letter from your surety should be dated within the past 6 months) proof of bonding capacity for a project of this magnitude; (6) Prime shall provide proof of insurance for a construction project of this magnitude; (7) SDVOSB or VOSB firms shall be verified by the Center for Veteran Enterprises (CVE), if applicable; and (8) Firms shall hold an active SAM registration All information must be submitted in sufficient detail for a decision to be made on the availability of interested firms. All information requested in addition to the below form will help inform the decision of the Contracting Officer on the acquisition strategy, including set-asides, if any. The Department of Veterans Affairs welcomes the interest and responses of new entrants to the VA New England construction market. Interested firms must reply via e-mail to Heather.Libiszewski-Gallien@va.gov and Dale.Aubin@va.gov. Firms must be registered in the System for Award Management (SAM). Visit www.sam.gov to register in this database. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE). DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f12b23a1c3b44be87a586eaef7c3825/view)
- Place of Performance
- Address: Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;421 North Main Street;Leeds, MA 01053
- Zip Code: 01053
- Zip Code: 01053
- Record
- SN05577526-F 20200304/200302230209 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |