SOURCES SOUGHT
C -- 598-429 Expand Diagnostic Space For Womens Health Minor Design - North Little Rock VAMC (VA-24-00002624)
- Notice Date
- 9/11/2023 6:36:05 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
- 36C77623Q0528
- Response Due
- 9/18/2023 10:00:00 AM
- Archive Date
- 11/17/2023
- Point of Contact
- Emil Reyes, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
Emil.Reyes@va.gov
(Emil.Reyes@va.gov)
- Awardee
- null
- Description
- SYNOPSIS: INTRODUCTION: This 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 Eugene J. Towbin (EJT) Memorial Veterans Hospital Campus in North Little Rock, AR PROJECT DESCRIPTION: The Central Arkansas Veteran s Healthcare System (CAVHS) has a requirement to Expand Diagnostic Space for Women s Health Minor Design, on the Eugene J. Towbin (EJT) Memorial Veterans Hospital Campus The existing Women s Health Clinic is located in the John L. McClellan (JLM) Memorial Veterans Hospital in Little Rock, Arkansas. The growing demand for WVCS has created a need for additional space and services and JLM does not have the physical space to accommodate the growing requirements. This project will relocate WVCS services to the North Little Rock EJT Memorial Hospital by renovating some existing hospital space but also constructing an addition to the hospital building to arrive at the total square footage required. This project will provide a comprehensive women veteran s health clinic serving the needs of current and future women veterans visiting the Central Arkansas Veterans Healthcare System (CAVHS). The new Women s Health Clinic will accommodate the rapidly growing number of Women Veterans receiving care at the VA. This project will improve the overall delivery of care to women veterans and will offer them comprehensive primary care services in a more private clinical setting. The space will provide adequate exam and support space for up to 4 Patient-Aligned Care Teams (PACT). It will provide our female Veterans with a coordination of care for gender specific primary care, treatment of acute & chronic illnesses, preventative services, and mental health services at one point of access in accordance with provisions in VHA Handbook 1300.01, Health Care Services for Women Veterans. Final square footage numbers for the new facility will be developed through the design process but it is expected that approximately 8,500 square foot of existing hospital space can be renovated and included and approximately 8,000 square foot of new space can be added to the existing building and included. It is expected the project will be on the northeast corner of the existing hospital. The new addition will be at grade level and connect to the existing hospital at the First Floor level. The existing hospital is three stories at this connection point so the structure of the new addition should be designed to allow for future new levels to be added without modification of the structure. The new space that is to be added to the existing building shall be incorporated into the existing building systems as much as practical. These systems include, but are not limited to, HVAC, plumbing, electrical including emergency power, fire protection, IT, access control, medical gases, fire alarm, telephone, Real-Time Location Systems (RTLS), and other specialty medical systems. However, some, or all, of the existing systems may not have capacity, compatibility or meet certain requirements to support the new space. Therefore, some existing systems may have to be upgraded as a part of this project. It is this A/E s responsibility to determine new requirements, analyze each existing system, determine available capacity and compatibility, and make recommendations that will be in the best interest of the hospital. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 mid to late December 2023. The North American Industry Classification System (NAICS) code 236220 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $13,000,000. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), 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. 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by September 18, 2023 at 01 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. Primary Point of Contact: Emil Reyes Contract Specialist Emil.Reyes@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9aaa3c5933ac47aa9d8019bb80095290/view)
- Place of Performance
- Address: Eugene J. Towbin Healthcare Center 2200 Fort Roots Dr., North Little Rock 72114, USA
- Zip Code: 72114
- Country: USA
- Zip Code: 72114
- Record
- SN06826823-F 20230913/230911230107 (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 |