Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2024 SAM #8192
SOURCES SOUGHT

C -- 636-128 AE Foundational Services Outpatient Clinic - NWI (VA-24-00067088)

Notice Date
4/30/2024 11:43:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0213
 
Response Due
5/10/2024 2:00:00 PM
 
Archive Date
07/09/2024
 
Point of Contact
Dawn Schydzik, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Dawn.Schydzik@va.gov
(Dawn.Schydzik@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 Minor Foundational Services Outpatient Clinic Design Project at the Veterans Affairs Central Iowa Health Care System (VACIHCS) located in Des Moines, IA. PROJECT DESCRIPTION: The Architect/Engineer (A/E) shall develop a complete design, construction cost estimates, and prepare construction documents to construct a clinic to provide Outpatient Rehabilitation and Ancillary services at the Veterans Affairs Central Iowa Health Care System (VACIHCS) in Des Moines, IA. The project objectives are to prepare construction documents for a new Outpatient Rehabilitation and Ancillary Services clinic that would include Spinal Cord Injury (SCI) rehabilitation, Traumatic Brain Injury (TBI), Geriatric Support clinics, Pain Management Clinics (Opioid Reduction, Chiropractic, Acupuncture), Physical Therapy, Occupational Therapy, etc. to further improve Veteran experiences by co-locating and right sizing the clinics. The design shall take into consideration the design for a Steam/Chilled Water Tunnel connecting this building to the boiler/chiller plant. The new building shall encompass 11,000 gross square feet (GSF) and be designed to accept a future second story. . The A/E shall provide a complete construction ready design, Scope of Work, construction cost estimate and percent-loaded construction schedule including identifying the critical path. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should provide construction plans and specifications to include but not limited to: HVAC Systems; Plumbing and Sanitary Systems; Power Distribution Systems (Equipment, Normal, and Emergency Power Requirements); Communication Systems; EMCS (BACnet Protocol); VA requirements for Life Safety Mission Critical facilities; CCTV Monitoring and Surveillance; Physical Access Control Systems (PACS); Duress, Security, Phones and Intercom System (DSPI); and Utility Connections (water, heat, steam, chilled water). All other work related to provide a complete and usable project based on the requirements stated above. 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 August 2024. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with 836.204 Disclosure of the magnitude of construction projects, the estimated cost of construction is between $10,000,000.00 and $20,000,000.00. 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 541330. 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, 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 May 10, 2024 at 5:00 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: Dawn Schydzik Contract Specialist Dawn.Schydzik@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8eb89d4d251c4016abd47946a09145dc/view)
 
Place of Performance
Address: 50310
Zip Code: 50310
 
Record
SN07047444-F 20240502/240430230101 (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.