SOURCES SOUGHT
Z -- 658-317 Consolidate Intensive Care Unit (VA-20-00024971)
- Notice Date
- 3/4/2020 3:48:13 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24620R0040
- Response Due
- 3/18/2020 12:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Patrick Stultzpatrick.stultz@va.gov
- E-Mail Address
-
patrick.stultz@va.gov
(patrick.stultz@va.gov)
- Awardee
- null
- Description
- Page 4 of 4 SOURCES SOUGHT SYNOPSIS The VA Medical Center, Salem, VA is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Consolidate Intensive Care Unit (ICU) Project #658-317. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 Commercial and Institutional Building Construction. Work included construction of 10,115 square foot (sf) of new space and renovation of 6,500 sf of existing space for the co-location of intensive care units (current ICU and PCU spaces) at the Medical Center. The construction/renovation project shall provide a fully functional and efficient Intensive Care space to ensure the Medical Center remains capable of providing safe, high quality care to our veteran population. The new ICU will have a total of sixteen (16) beds, with rooms designed to be approximately 300 sf each. Of the sixteen new beds, two are being designed as bariatric and two as isolation rooms with associated ante rooms. All sixteen rooms shall be design as universal and shall have the ability to flow between PCU and ICU patients. All rooms shall have ability for dialysis connection. This project will replace mechanical, electrical, and plumbing systems serving parts of the renovated spaces and will be constructed via multiple phases. Work consists of general construction, demolition, civil, structural, architectural, fire alarm, fire protection, plumbing, mechanical, HVAC, electrical, telecommunications, etc. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The proposed project will be a competitive, firm-fixed-price contract for construction. The anticipated solicitation issued as a Request for Proposal (RFP) in accordance with FAR Part15, 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 socioeconomic set-aside, if any, will depend upon the responses to this notice and any other information gathered during market research process. This project is planned for advertising in April 2020 in the form of an RFP. A tiered evaluation is being contemplated based on socioeconomic categories. In accordance with VAAR 836.204 Disclosure of the magnitude of construction projects, the magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard 39.5 million) applies to this procurement. Construction may include weekends and afterhours depending on the location and type of demolition and construction being performed. Project duration is seven hundred twenty (720) calendar days after receipt of Notice to Proceed (NTP). If your organization has the potential capacity to perform these contract services, please provide the following information in the following format: Section 1- Firm s name, DUNS number, company address, Point-of Contact name, phone number and email address, Web site address, telephone number, and business size and type of ownership for the organization. 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 available Bonding Capacity. Is your firm capable of performance and Payment bonds for a project valued between 5,000,000 and $10,000,000. 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 your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. 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 36C24620R0040 and project title Consolidate Intensive Care Unit 658-317 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 March18, 2020 at 2:30 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 Beta.Sam.Gov at https://beta.sam.gov/ under Contractor Opportunities. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VA Medical Center Contracting Officer 1970 Roanoke Boulevard Building 74 Room 212G Salem, VA 24153-6404 Primary Point of Contact and E-Mail: Patrick Stultz (Patrick.stultz@va.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b9dc849dbec54e02b2f4d475ade85608/view)
- Place of Performance
- Address: VA Medical Center;Building 74 Room 212G;1970 Roanoke Boulevard;Salem, VA 24153-6404, USA
- Zip Code: 24153-6404
- Country: USA
- Zip Code: 24153-6404
- Record
- SN05579918-F 20200306/200304230146 (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 |