SOURCES SOUGHT
Z -- 523-23-002 Site Preparation PET CT - Design Build
- Notice Date
- 5/4/2023 10:43:39 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123R0121
- Response Due
- 5/19/2023 1:00:00 PM
- Archive Date
- 07/18/2023
- Point of Contact
- Alexis C Duda, Alexis Duda, Phone: (403) 584-4040
- E-Mail Address
-
Alexis.Duda@va.gov
(Alexis.Duda@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 3 of 3 SOURCES SOUGHT: The VA Jamaica Plain, Boston, MA requires a contractor to provide professional services to include, but is not limited to, all labor, transportation, materials, apparatus, tools, equipment and permits necessary to provide for the preparation and alteration of the space; removal of the existing flooring, floor duct, ceiling, sinks, casework, sprinklers and doors; and installation of new HVAC equipment, flooring, ceiling, casework, doors, sinks, lighting, painting, sprinkler and relocation of electrical work. Work to be performed at the Jamaica Plain VAMC shall be in accordance with the Statement of Work, Specifications, Drawings, and Federal, State, and Local Cod all labor, transportation, materials, apparatus, tools, equipment and permits necessary to complete design build in accordance with scope of work. The Design-Build Contractor (Contractor) shall provide professional architect/engineer (A/E) services and construction services for site preparation for the installation of a new PET CT System in rooms DB-101 and associated clinical spaces in the radiation therapy department at the VA Boston Healthcare System Jamaica Plain VA Medical Center, located at 150 South Huntington Avenue, Jamaica Plain, MA 02130. This hospital is home to the only radiation oncology VA program in the region. The existing space was renovated c. 2008, and a Gemini PET Scanner Phillips Healthcare Brilliance PET CT was installed Side Laser Positioning Light (wall mounted) Medrad Injector. The scope of this project will cover three spaces: the PET CT exam room (or treatment room DB101-D), a control room Existing Brilliance Workspace (dual monitor) (qty. 4) (DB101C), and an equipment room 80 kVA VR/ Battery Cabinet (mechanical room). The purpose of this notice is to determine if there are qualified SDVOSBs or VOSBs, WOSBs, and Small Businesses that have the experience with this type of work and if such firms are interested in this procurement. The magnitude of construction is between $500,000 and $1,000,000. The NAICS code is 236220 and the small business size standard is $45 Million. Interested firms should indicate their interest to the Contract Specialist no later than 4:00 p.m. ET on 05/19/2023 via email to Alexis.Duda@va.gov. The following information is required in response to this notice: (1) A positive statement of your intention to submit a proposal in response to a solicitation for this project. (2) Unique Entity Identifier (UEI). (3) Provide one example of a design build project showing experience with medical equipment installation of similar size and scope. (4) Provide one example of a design build project showing experience with site preparation for medical equipment of similar size and scope. (5) Prime shall provide proof of bonding capacity for a project of this magnitude. (6) Prime shall provide proof of insurance for a construction project of this magnitude. Interested firms shall hold an active SAM registration. Visit www.sam.gov to register in this database. SDVOSB or VOSB firms shall be verified by https://veterans.certify.sba.gov/ The Network Contracting Office 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors, and especially responses from verified SDVOSB/VOSB Firms. All information must be submitted in sufficient detail for a decision to be made on the availability of interested firms. Failure to submit all information requested in addition to the below form will result in a contractor not being considered as an interested concern. If adequate interest is not received by 4:00 p.m. ET on 05/19/2023, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs, or Small Business firms. Interested firms must reply via e-mail to Alexis.Duda@va.gov DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. FIRM: PROJECT TITLE: LOCATION: AWARD AMOUNT: FINAL AMOUNT: DESCRIPTION OF PROJECT ADDRESS PROJECT SCOPE OF WORK AND EXPLAIN HOW THE PROJECT INVOLVED WORK AS A PRIME CONTRACT WAS TECHNICALLY SIMILAR TO THE PROJECT DESCRIBED WITHIN THIS NOTICE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/990ef3abd0ec498b8cea851041de04cf/view)
- Record
- SN06672970-F 20230506/230504230123 (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 |