SOURCES SOUGHT
Y -- Improve Subspecialty (Re-procurement) - Source Sought
- Notice Date
- 10/22/2024 6:58:03 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25024Q1088
- Response Due
- 10/29/2024 11:00:00 AM
- Archive Date
- 11/28/2024
- Point of Contact
- Matthew Curtis, Contract Specialist, Phone: 937-268-6511 x4639
- E-Mail Address
-
matthew.curtis1@va.gov
(matthew.curtis1@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate contractors for the following proposed procurement. The Dayton Veterans Affairs Medical Center (VAMC) is seeking information on technically capable, and otherwise responsible, general contractors (GC), subcontractors and any interested parties for the anticipated project. LOCATION OF SERVICES: Dayton Veterans Affairs Medical Center 4100 West Third Street Dayton, OH 45428-9000 NAICS CODE: 236220 - Commercial and Institutional Building Construction. PROJECT BACKGROUND: Project: 552-19-103, Improve Sub-specialty Waiting Area B310 is a 5 Phased Project consisting of Phase 1A, Phase 1B, Phase 1C, Phase 2, and Phase 3. Project 552-19-103 was previously awarded but not completed due to a Termination for Default. The previous Contractor completed Phase 1A and completed abatement and approximately 90% of demolition in Phase 1B (Total Project Completion - approximately 25%). ESTIMATED PRICE RANGE: In accordance with VAAR 836.204, the estimated project magnitude is between $1,000,000 and $2,000,000 (for work remaining to be completed). GENERAL SCOPE OF WORK: Project: 552-19-103, Improve Sub-specialty Waiting Area B310. Contractor shall completely prepare site for building operations, including asbestos abatement, demolition, removal of existing structures, and furnish labor and materials and perform work for project number 552-19-103, Improve Sub-specialty Waiting Area B310 as required by drawings and specifications. Contractor shall furnish all the proper skilled labor, equipment, materials, supplies, and supervision for performance of all work. Contractor will perform site investigations to fully inform themselves of the conditions and limitations applied to the work. REQUIRED INFORMATION TO BE SUBMITTED: If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and Unique Entity ID. 2) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 1, but no more than 3 completed construction examples. 3) Please provide Socio-economic status for NAICS code 236220, Commercial and Institutional Building Construction and provide percentage of self-performed labor your company can perform for this type of project. 4) Offeror's Joint Venture information if applicable - existing and potential. 5) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. 6) Letter from Insurance Company identifying Contractors Insurance Experience Modification Rate (EMR). CONTRACT TYPE: The project is anticipated to be firm-fixed price sole-source contract. RESPONSE INFORMATION: Interested contractors shall complete and submit the form (Source Sought Form) located in the Attachments/Links section of this notice no later than 2:00PM Eastern Standard Time on October 28, 2024. Interested contractors shall complete the form and submit the form to the contract specialist no later than the date/time specified by emailing matthew.curtis1@va.gov. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested contractors are encouraged to submit responses. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a determination by the Government on how to proceed with the acquisition is within the sole discretion of the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cccf7a45d57c487ca1ad7f25e2c42170/view)
- Place of Performance
- Address: Dayton Veterans Affairs Medical Center Building 310 4100 West Third Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN07246813-F 20241024/241022230107 (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 |