SOURCES SOUGHT
Y -- 589A6-21-700 EHRM Infrastructure Upgrades Construction Leavenworth VAMC
- Notice Date
- 1/27/2022 2:11:25 PM
- 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
- 36C77622Q0138
- Response Due
- 2/3/2022 11:00:00 AM
- Archive Date
- 03/05/2022
- Point of Contact
- Bailey Donato, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
bailey.donato@va.gov
(bailey.donato@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 EHRM Infrastructure Upgrades Construction project at the Leavenworth VA Medical Center (VAMC) located in Leavenworth, KS. PROJECT DESCRIPTION: To prepare the VA campus for EHRM Upgrades, main campus of Leavenworth VA Medical Campus will require a near-complete re-cabling of the main hospital and associated buildings. This project will include all materials and labor to replace all telecommunications cable, outlets, and associated equipment for buildings in this project at the VA Medical Campus. Multiple buildings on campus include Buildings 90, 91, 21/94, 160, 161, 88/89, 122, 41, 71, 39, 42, 54, 153 and the site. Un-terminated ""future capacity"" cables are not permitted. All installed cables shall be terminated at each end and documentation, labeling, and (where applicable) test results provided. This applies to all permanently installed cable types. Intra-building fiber will be smoke-rated OM4 and all inter-building fiber will be OS-2 single-jacket non-armored fiber. In addition to replacing all of the communications cabling, an additional 15% capacity shall be provided as shown on the drawings and specifications. All Copper replacement will be CAT 6A. Any conduit used will be marked appropriately with low-voltage/data at regular intervals to be visible in interstitial spaces with minimal effort. Existing conduit drops in-wall shall be retained and reused; contractor shall not exceed conduit fill percentage code requirements with the new cable drops. Contractor is to ensure that no conduit exceeds 40% fill. If existing conduit is not large enough to support new CAT 6A cable to replace all existing circuits one-for-one, contractor shall provide the maximum allowable new CAT 6A circuits to replace existing. The additional new circuits to complete the one-for-one replacement shall be provided at the nearest available drop with existing conduit capacity. The majority of existing conduit is 1 ¼ and will allow 6 drops of CAT6A cable within the 40% maximum fill limitation. Existing conduit that is 1 or ¾ will accept maximum (4) and (2) CAT6A cables, respectively. CAT6A cabling installed for end user devices (terminated at wall plates) will follow the red/blue/yellow standards as outlined in Specification 27 15 00. The facility has a required 1 Gbe connectivity to desktops, and other EUD, and this will include the replacement of wall jacks at EUDs to become CAT6A compliant. All in-building copper cabling will be terminated and labeled in accordance with the drawings and specifications and will be terminated to CAT6A modular jacks capable of accepting and functioning with other modular (i.e.: RJ11) plugs without damage to the jack. Aqua jacket CAT 6A color coding shall be provided for all patch cables and all primary cable to each EUD. Face plates shall be 6-port style and Ivory in color. For every TR in the SOW, Contractor shall provide and install new patch panels conforming to EIA/ECA 310-3 dimensions and suitable for mounting in standard equipment racks, with 48 RJ45 jacks aligned in two horizontal rows per patch panel and labeled in accordance with the drawings and specifications. Contractor shall also supply and label all new CAT6A patch cables for every device in the telecom room, (NOT at the end user device) to be sized and labeled appropriately in accordance with 27 15 00. Each TR shall also be provided with new four-post racks with minimum 40% spare capacity for future expansion. All racks and patch panels will be labeled in accordance with the Drawings and Specification 27 15 00. Contractor shall provide and install and utilize a series of welded cabling support structures ( ladder racks ) around the perimeter of the telecom room to support the weight of the cable. No wireless access points will be replaced and will be protected-in-place, only the cabling will be replaced. All cabling for wireless access points will be labeled in accordance with the specifications and shall be purple in color. This replacement process will require a temporarily located rack adjacent to the existing rack. Contractor shall replace existing circuits one-for-one and locate on new patch panels on the new rack and provide interim longer-length patch cables to existing devices/switches. Existing equipment to remain will then be relocated to the new rack and the new rack shall be mounted in its final permanent location. All existing Cat 3 phone cable devices and terminations shall remain operational at all times and shall be retained and reused. Protect in place in existing location. The project scope also includes the addition of new Computer Room Air-Conditioning split systems with temperature and humidity monitoring as well as the addition of new dedicated electrical panels and circuits and emergency power back-up generators. A new 600 Ton water cooled chiller and pump will be provided in B161 to serve the new TRs. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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. This project is planned for advertising in early-March 2022. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00 (Note that the VAAR magnitude of construction is closer to the lower end of this range). The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 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. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) 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. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) 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 February 3, 2022 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; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract Opportunities at https://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: Bailey Donato Contract Specialist bailey.donato@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bca3ea26e9374a0e952f949437369a5e/view)
- Place of Performance
- Address: VA Eastern Kansas Health Care Dwight D. Eisenhower VA Medical Center 4101 S. 4th St., Leavenworth, KS 66048, USA
- Zip Code: 66048
- Country: USA
- Zip Code: 66048
- Record
- SN06226895-F 20220129/220127230116 (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 |