SOURCES SOUGHT
Y -- Emergency Department Specialty Care Addition (VA-21-00011344)
- Notice Date
- 12/2/2020 8:53:02 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77621B0003
- Response Due
- 12/15/2020 11:00:00 AM
- Archive Date
- 02/13/2021
- Point of Contact
- Bridget May, Contract Specialist, Phone: 216-447-8300 ex3588
- E-Mail Address
-
Bridget.May@va.gov
(Bridget.May@va.gov)
- Awardee
- null
- 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 construction of a 2-story, 27,000 square foot addition for an Emergency Department expansion, Mental Health Outpatient Clinic and Specialty Care Clinics at the Louis Stokes Cleveland VA Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106. This is a DESIGN BID-BUILD project. PROJECT DESCRIPTION: The contractor shall furnish all tools, materials, equipment and labor necessary for completion of Emergency Department Expansion at the Cleveland VAMC, in accordance with the drawings and specifications. This project is to be a 2-story, 27,000 square foot addition for an Emergency Department (ED) expansion, Mental Health Outpatient Clinic and Specialty Care Clinics. The project will also include a full basement that accommodates the main HVAC equipment and a Pharmacy Drug Cache. Work will include the integration of a Psychiatric Emergency Department on the First Floor, and Specialty Care Clinics space on the Second Floor. Project will include the renovation of approximately 10,000 square feet of existing Emergency Department space. Project will include a new entrance drive, a surface parking lot for patients and ambulances, an exterior ambulance drop-off canopy, exterior physical security features, exterior lighting and landscaping. General Construction work includes general construction, alterations, necessary removal of portions of existing building construction, providing finishes and equipment. Electrical work includes all labor, material, equipment and supervision to perform the required electrical construction work on this project including Power distribution, lighting, equipment services, life safety systems and technology as indicated in the drawings and specifications. Mechanical work includes all labor, material, equipment and supervision to perform the required mechanical construction work on this project including Plumbing, Fire Sprinkler Systems, HVAC systems and services as indicated in the drawings and specifications. Work includes minor demolition, new construction of walls, ceilings and floors, general construction, mechanical, electrical and plumbing work, controls, telecom and certain other items to create a complete and usable space. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price (Final Specifications and Drawings will be provided) contract utilizing the Construction approach. This project is planned for advertising in January 2021. In accordance with Veteran Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $39.5 million. The duration of the project is currently estimated at 695 calendar days from the issuance of a Notice to Proceed. 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 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.). 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 December 15, 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 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. 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: Bridget May Contracting Officer bridget.may@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c3c00d0696034578a7cdb3c64b8d0802/view)
- Place of Performance
- Address: Louis Stokes Cleveland VA Medical Center (VAMC) 10701 East Boulevard, Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN05865148-F 20201204/201202230142 (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 |