Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

C -- Construct Whole Health Center (VA-24-00023751)

Notice Date
11/20/2023 2:29:20 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0046
 
Response Due
11/29/2023 10:00:00 AM
 
Archive Date
01/28/2024
 
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 Construct Whole Health Building Minor Design Oscar G. Johnson VA Medical Center (VAMC) located in Iron Mountain, MI. PROJECT DESCRIPTION: The Oscar G. Johnson VAMC has a requirement for the design of a new 8,500 Square Foot (SF) 1-story Whole Health (WH) Center with a 4000 SF partial basement. The first floor Primary Care will consist of four (4) acupuncture rooms, three (3) message therapy rooms, three (3) chiropractic rooms one (1) group room with associated administrative and support services as outlined on the SCIP Preliminary Space Estimates. The 4000 SF partial basement will contain utilities and the Air Handling Unit (AHU). Ancillary construction will consist of an enclosed heated walkway connecting the WHC with the main hospital, 20 additional parking spaces, new electric service and site/utility improvements (if needed). 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 April 2024. 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 is approximately $11,000,000. 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 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 November 29, 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: Emil Reyes Contract Specialist Emil.Reyes@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57f811f5f02c4f5c8c122685942fd462/view)
 
Place of Performance
Address: Oscar G. Johnson VA Medical Center 325 E H Street, Iron Mountain, MI 49801, USA
Zip Code: 49801
Country: USA
 
Record
SN06890772-F 20231122/231120230052 (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.