Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOURCES SOUGHT

C -- 630-520 Design Convert Auditorium for Expansion of CBOC and Renovation of Primary Care Module (VA-21-00005300)

Notice Date
11/10/2020 9:03:07 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621Q0034
 
Response Due
11/16/2020 11:00:00 AM
 
Archive Date
02/14/2021
 
Point of Contact
Samantha Mihaila, Samantha Mihaila, Phone: 216-447-8300 x3834
 
E-Mail Address
samantha.mihaila@va.gov
(samantha.mihaila@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information 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 qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a complete design package for the Convert Auditorium for Expansion of CBOC and Renovation of Primary Care Module at the New York Harbor Healthcare System- St Albans Campus 179-00 Linden Blvd, Jamaica, NY 11425. PROJECT DESCRIPTION: The A/E shall provide construction documents and specifications to infill the Auditorium at the St. Albans campus to support an expansion of Outpatient Services on the main level for a new CBOC. The design will also include an approximately 1,133 SF addition to the east side of the auditorium. Addition to be used for support staff spaces, staff lounge, equipment storage, lockers, soiled and clean utility, etc. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide, but is not limited to, complete contract drawings & specifications including demolition, architectural upgrades, plumbing, fire protection, life safety, security, landscaping, infection risk control assessment, interim life safety measures, code analysis chart on drawings, structural and mechanical & electrical drawings for construction. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract for design outlined in FAR Part 36.6 Architect-Engineer Services Selection Procedures. The North American Industry Classification System (NAICS) code 541330 Engineering Services (size standard $16.5 million) applies to this procurement. This project is planned for advertising in December of 2020. The estimated cost of construction for this project is $11,500,000.00. The duration of the project is currently estimated at�400 calendar days from the issuance of a Notice of Award. 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 information: 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 541330. 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.). 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: A detailed description of 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. Additionally, please include an explanation of how the contracts submitted relate to the project described in this requirement. 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 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 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. Responses shall be submitted via email to the primary point of contact listed below by November 16, 2020 at 2:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered 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. If a solicitation is released it will be synopsized on Contracting Opportunities at https://beta.sam.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: Samantha Mihaila Contract Specialist samantha.mihaila@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/15de175593c14e079cf03af57f17b5a4/view)
 
Place of Performance
Address: New York Harbor Healthcare System- St Albans Campu 179-00 Linden Blvd, Jamaica, NY 11425, USA
Zip Code: 11425
Country: USA
 
Record
SN05850809-F 20201112/201110230148 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.