Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2022 SAM #7412
SOURCES SOUGHT

Y -- 463-301 Construct Mental Health Building and Surface Parking Alaska (VA-22-00023262)

Notice Date
3/15/2022 8:28:26 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
36C77622Q0113
 
Response Due
3/30/2022 12:00:00 PM
 
Archive Date
05/29/2022
 
Point of Contact
Elizabeth Williams, Contract Specialist, Phone: (216) 447-8300
 
E-Mail Address
Elizabeth.Williams12@va.gov
(Elizabeth.Williams12@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 to perform services to construct a mental health building and surface parking at VA Muldoon Clinic Site, Anchorage, AK. This is a DESIGN BID BUILD project. PROJECT DESCRIPTION: Contractor shall completely prepare site for building operations, including demobilization and removal of existing structures, and furnish labor, materials and perform work for the subject VA project # 463-301 at the site identified. Work will consist of a remote parking lot clearing and grubbing: excavation and backfill; asphalt pavement, concrete curb/gutter/sidewalk demolition and new work: decorative and chain link fencing/gate; traffic signage; exterior lighting consisting of light pole relocation, new light pole installation, replacement of site lighting fixtures; exterior electric with wiring and conduit for new light poles. This parking lot must be complete before the work on the Mental Health building addition can begin. Part B consists of the general construction of a two-story addition to the east side of the Muldoon Clinic A window. The new south stairway and associated doors, and corridor access must be complete and accepted by VA and Joint Base Elemendorf-Richardson Fire Chief before the existing stairway exit is blocked by the new construction and the exiting stairway is demolished as part of the remodeling in the existing building. The new construction is a structural steel structure with metal framing infill. Exterior wall system of cold-formed metal studded, rigid insulation fire treated plywood is faced with a rain screen backed composite panel or large format porcelain tile as indicated on the drawings. The IBC-2018 occupancy classification is B. The interior spaces are divided by gypsum board painted metal stud walls and have suspended acoustical ceilings floor coverings according to the room usage. Addition has its own light hazard sprinkler system which is served by a separate feed off the 10 fire main which runs the entire AVAHS Muldoon Clinic and Office Building. 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 by the VA). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, or Invitation for Bid (IFB) in accordance with FAR Part 14. 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 April 2022. In accordance with VAAR 836.204(h)(1), the magnitude of construction is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 Million) applies to this procurement. The duration of the project is currently estimated at 450 calendar days from the issuance of a Notice to Proceed (NTP). The services for this project will include providing all construction related services including 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 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. 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 4 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 and Alternate point of contact listed below by March 30, 2022, at 2:00 PM Eastern Local Time. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not 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. Currently, no solicitation exists. If a solicitation is released it will be synopsized on https://sam.gov is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Point of Contact: Elizabeth Williams, Contractor, Elizabeth.Williams12@va.gov Alternate Point of Contact: Bill Henkel, William.Henkel@va.gov VHA Program Contracting Activity Central (VHA-PCAC) Independence, OH 44131
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f4779eb815f423f9b3dda4d59aca2f7/view)
 
Record
SN06267950-F 20220317/220315230106 (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.