SOURCES SOUGHT
C -- 657-23-104JC, Prepare Site for New Computed Tomography, Bldg 1, STL, (VA-24-00008983)
- Notice Date
- 9/1/2023 9:11:25 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523Q0758
- Response Due
- 9/8/2023 12:00:00 PM
- Archive Date
- 12/07/2023
- Point of Contact
- Lucia Cowsert, Contract Specialist, Phone: (913) 758-9912
- E-Mail Address
-
lucia.cowsert@va.gov
(lucia.cowsert@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Title: Prepare Site for New Computed Tomography Unit, Bldg 1, Rm A259 STL Solicitation Number: 36C25523Q0758 Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 9/1/2023 Response Date: 9/8/2023 at 2:00 PM Central Time Set Aside: Service-Disabled Veteran Owned Small Business Classification Code: C1DZ- Architect and Engineering Construction: Other Hospital Buildings NAICS Code: 541310 Architectural Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for the VA Medical Center located in Saint Louis, Missouri. The applicable NAICS code is 541310 Architectural Services and the size standard is $12.5 Million. Responses to this notice must be submitted via e-mail and received no later than September 8, 2023, at 2:00 PM Central Time. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research. SCOPE OF DESIGN/CONSTRUCTION PROJECT: The A/E shall provide a design to prepare existing space for a new CT system including the installation of a dedicated HVAC system to allow procedures to occur in Room A259. Project will require assessment of existing lead shielding. Scope to focus on refresh of space instead of a full reconstruction. VASTLHCS John Cochran Building 1 is an existing 11 story building with multiple additions that contains multiple medical services and clinics. Within the building is an CT Suite with two CT rooms. Currently the CT in Room A259 will be approaching or at end of life. Replacement of the equipment will require site preparation to ensure continued efficient patient care and provide upgraded system capabilities related to patient safety, lower radiation dose, and modernized communications. The design team shall survey each room listed and the utility systems, rooms, or areas that serve the listed rooms. The construction (and therefore design) includes demolition, hazardous material abatement (Industrial Hygiene) if needed, architectural, structural, carpentry, safety and infection measures, and other items as described in the longer Supplement B document and as needed. The A/E will be required to complete the drawings, specifications, and construction estimate. The A/E will be required to design within the construction budget. The design shall be fully compliant per VHA Construction Publications. Anticipated time for completion of design is 182 calendar days including time for VA reviews. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $1,000,000 and $5,000,000. The North American Industrial Classification System (NAICS) code is 541310, Architectural and Engineering Services, small business size standard of $12.5.0 Million in average annual receipts for the preceding three years. Interested firms must be registered in https://sam.gov with this NAICS code and qualified as a Service Disabled Veteran Owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in with the Small Business Administration (SBA) registry https://veterans.certify.sba.gov on or before the response date. In order to be considered, the A/E must have a working office located within the Saint Louis VA Medical Center located at 915 N. Grand Blvd., Saint Louis, Missouri 63106-1621. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, DUNS number, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 2:00 PM Central on September 8, 2023 via e-mail to the Contract Specialist at lucia.cowsert@va.gov and the Contracting Officer at Paul.Dixon@va.gov. PLEASE REFERENCE ""SOURCES SOUGHT: Project 657-23-104JC, Prepare Site for New Computed Tomography Unit, Bldg 1, Rm A259 STL"" IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://beta.sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048 Point of Contact(s): Paul Dixon Jr, Contracting Officer, e-mail address: Paul.Dixon@va.gov Lucia Cowsert, Contract Specialist, e-mail address: Lucia.Cowsert@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95cf3ab192e74b928717b79c255013b5/view)
- Place of Performance
- Address: St Louis VA Medical Center John Cochran Division 915 North Grand Blvd, St Louis 63106, USA
- Zip Code: 63106
- Country: USA
- Zip Code: 63106
- Record
- SN06817199-F 20230903/230901230103 (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 |