Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOURCES SOUGHT

C -- Modernize Expand Specialty Care Procedure Center Building 1-3S - San Diego VAHCS

Notice Date
11/16/2023 6:04:02 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0044
 
Response Due
11/23/2023 10:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
Jason Schultz, Contract Specialist, Phone: (216) 791-3800
 
E-Mail Address
jason.schultz@va.gov
(jason.schultz@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 Modernize & Expand Specialty Care Procedure Center, Building 1-3S at the San Diego VA Medical Center (VAMC). PROJECT DESCRIPTION: This project will completely renovate one half of the south wing of the third floor of Building 1. A new expanded specialty procedure center and ambulatory specialty clinic will be constructed to meet current space, RME and Infection Control criteria. The unit supports and houses GI, Bronchoscopy, Dermatology, and Pain Clinic. Biopsies and Chemotherapy are performed in the unit as well. Existing 10,000 sf will be demolished to structural steel and concrete slab. All asbestos fire proofing will be removed, existing light well and exterior balconies will be infilled and included as 2,500 sf of new footprint. A new fire smoke barrier will be constructed to divide the wing into two separate smoke compartments. All HVAC, plumbing, electrical and supporting utilities will be replaced. All new interior walls and finishes will be installed. This project will complete the entire department which will create a more functional and private. Currently the existing space does not meet VHA PG18-9 Space Planning Criteria. This is a full renovation project to meet new code requirement and VA Design guide standards. The renovation will address the HVAC system to provide proper environmental control requirements. This Project will address MEP/FCA, modernize space and create better flow. This project will include a full assessment for all utilities, IT equipment, life safety (Including NFPA & TIL) will be revised, and deficiencies shall be corrected, this includes Physical Security surrounding this project from below and above in order to replace, install, and/or upgrade all needed, intrusion detection and surveillance system, as well as capture unforeseen conditions that require immediate replace/upgrade/removal. Asbestos containing fireproofing on the exposed structural steel will be abated and new fire proofing applied. The fire sprinklers system will be modified to increase density of coverage as needed. The project will have significant space and MEP changes to match the required VHA handbook requirement. Demolition scope shall include, but not limited to items of existing construction necessary to fully execute the above referenced project including the abatement of hazardous material to include but not limited to asbestos, lead, etc. on structural steel in interstitial & exterior metal panel walls, metal stud walls, drywall, plaster walls, lead lined gypsum walls, vinyl floor tile with asbestos mastic, sheet vinyl floors with asbestos mastic, ceramic tile floor/walls, acoustical ceiling grid and tile, gypsum board ceilings, plumbing fixtures, and piping. Also as required approximately 4972 square feet of new construction. Design to include but not limited to new interior construction of interior partitions, ceilings, flooring, casework, finishes, associated mechanical, plumbing, and electrical systems required for a fully functional and complete project. To the greatest extent possible as allowed by the project budget (CCL). PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design approach outlined in FAR Part 36.6 Architect-Engineer Services. This project is planned for advertising in 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code 541310 (size standard $12.5 million) applies to this procurement. The duration of the project is currently estimated at 265 calendar days from the issuance of a Notice of Award. However, 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. 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. Include a narrative for each project that relates the submitted project to the subject requirement in terms of size, scope, and complexity. Describe specific technical skills your company possesses 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 November 23, 2023 at 1:00 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: Jason Schultz Contract Specialist jasn.schultz@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/159d425ca1294cd69f286595597669a0/view)
 
Place of Performance
Address: San Diego VA Health Care System 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN06888184-F 20231118/231116230049 (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.