SOURCES SOUGHT
C -- VHA A/E Minor Design Construct Pharmacy Bonham TX 549-160
- Notice Date
- 9/12/2023 1:22:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623Q0529
- Response Due
- 9/19/2023 10:00:00 AM
- Archive Date
- 11/18/2023
- Point of Contact
- Katherine Gibney, Contracting Officer, Phone: Charles White, Contracting Specialist, Fax: charles.white2@va.gov
- E-Mail Address
-
katherine.gibney@va.gov
(katherine.gibney@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- 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 Construct Pharmacy Minor Design located in the VA Medical Center (VAMC) Bonham,TX. PROJECT DESCRIPTION: VA Medical Center Bonham, TX. has a requirement to solicit Design Services to expand Pharmacy operations with new construction for a building addition not to exceed 9,000 Gross Square Feet (GSF) of which 7,500 GSF is for pharmacy operations and 1,500 GSF is for common wait and mechanical/electrical/data spaces. This project also includes renovation of the existing pharmacy space not to exceed 1,000 GSF. The total construction and renovation areas are not to exceed 10,000 GSF. The new pharmacy building addition will be located in the grassy area on the southeast wing of Building #1. Design must comply with the new U.S. Pharmacopeial Convention (USP), USP 797, USP 800 codes, regulations, and requirements included in the VA TIL Pharmacy Design Guide, and PG18-12 Pharmacy Service latest publication. 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 541330 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 the VAAR Magnitude of Construction between $10m -$20M. 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 541310. 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, Unique Entity Identifier, 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 19, 2023 at 12:00pm Central /1pm 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: Charles White Contract Specialist charles.white2@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce1001c5c4c543a989fdbd0848c214e0/view)
- Place of Performance
- Address: Sam Rayburn Memorial Veterans Center 1201 E. 9th S, Bonham, TX 95418, USA
- Zip Code: 95418
- Country: USA
- Zip Code: 95418
- Record
- SN06828649-F 20230914/230912230109 (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 |