Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOURCES SOUGHT

Y -- Construct Outpatient Mental Health Design Build (Minor) - Omaha

Notice Date
12/15/2020 7:33:25 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621Q0064
 
Response Due
12/28/2020 10:00:00 AM
 
Archive Date
04/06/2021
 
Point of Contact
Thomas Council, Thomas Council, Phone: (216) 447-8300 x3536
 
E-Mail Address
Thomas.Council@va.gov
(Thomas.Council@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: 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 potential sources for the Construct Outpatient Mental Health Building project at the Omaha VA Medical Center (VAMC) located at 4101 Woolworth Avenue, Omaha, NE 68105. PROJECT DESCRIPTION: The purpose of this project is to design and construct a 1-story Outpatient Mental Health (OMH) building on the VA Omaha campus. Building is approximately 22,393 sf. and will include group rooms, administrative offices, clinical offices which double as counseling rooms, exam rooms, public restrooms, a central check-in/waiting room, staff work areas, staff work rooms and staff break rooms. The OMH building will provide general and specialty mental health services for Veterans being evaluated, diagnosed, and treated on an outpatient basis. 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 mid to late January of 2021. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $39.5 million. The duration of the project is currently estimated at 550 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 to include 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 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 28, 2020 at 1:00 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; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract 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: Thomas Council Contract Specialist thomas.council@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2e4063c2877543b289a9547144db967b/view)
 
Place of Performance
Address: Omaha VA Medical Center 4101 Woolworth Avenue, Omaha, NE 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN05874777-F 20201217/201215230145 (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.