SOURCES SOUGHT
Y -- 636-19-2-5987-0001 - Construction - Correct USP 800 Deficiencies-Lincoln and Grand Island - NWI
- Notice Date
- 12/18/2018
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36E77619R0014
- Response Due
- 1/2/2019
- Archive Date
- 4/2/2019
- Point of Contact
- Samantha.Mihaila@va.gov
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought 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 Correction of USP (United State Pharmacopeia) 800 Deficiencies construction project at the Lincoln VA Clinic and Grand Island VA Medical Center (VAMC) located at 600 S 70th St. Lincoln, NE 68510 and 2201 N Broadwell Ave, Grand Island, NE 68803 respectively. PROJECT DESCRIPTION: The contractor shall furnish all labor, material, equipment, and supervision necessary to design and renovate the existing pharmacy space at the Lincoln VA Clinic and Grand Island VAMC. The space must be constructed to meet current USP compliance. The upgrades specific to this scope of work include renovating an existing space to meet USP compliance requirements. Areas include, but are not limited to the following location(s): storage areas, ante-room, compounding (buffer) rooms, and other associated existing pharmacy space. Upgrades include, but are not limited to the following items: heating, ventilation, and air conditioning (HVAC) systems and controls; low voltage systems; plumbing; fire protection; architectural; and electrical systems. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.303, Two-Phase Design-Build Selection Procedures. The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15. 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. This project is planned for advertising in February 2019. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 400 calendar days from the issuance of a Notice to Proceed. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: 1) Company name, DUNS number, address, and point of contact information 2) Company business size based on NAICS code 236220, 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.) 3) Statement of Interest in the project 4) Type of work previously performed in support of similar requirements 5) Available bonding capacity It is requested that interested contractors submit a response electronically of no more than eight (8) single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by January 2, 2018 at 4:00 PM ET. 2 weeks The Capability 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 small business categories or proceed with full and open competition. At this time, no solicitation exists. If a solicitation is released it will be synopsized on FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) POC: Samantha Mihaila Email: Samantha.Mihaila@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/a53e843e2cb7d1d97a5e51c846243065)
- Record
- SN05177271-F 20181220/181218230024 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |