Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2019 FBO #6302
SOURCES SOUGHT

Y -- Upgrade CT BLDG1 RM 142B White River Junction - Site Prep Design Build

Notice Date
2/22/2019
 
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
36E77619Q0032
 
Response Due
3/12/2019
 
Archive Date
6/10/2019
 
Point of Contact
216-447-8300
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning 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 renovation of the existing radiology CT Scanner room in Building 1 Room 142B, in order to accept the new CT Scanner equipment and the White River Junction Veterans Affairs Medical Center (VAMC). This is a DESIGN-BUILD project. PROJECT DESCRIPTION: This effort will be a design-build project that refurbishes existing radiology CT Scanner room 142B-1 to accept new CT Scanner equipment. To facilitate this, the space will be furnished with the applicable architectural design and engineering (such as, structural, mechanical, plumbing, and electrical) services to the extent needed for production of the work. Those services will be furnished by architects and engineers licensed in the jurisdiction where the Work will be performed. Additionally, a set of Canon/ Toshiba Healthcare's site specific equipment installation drawings will be retained at the Site, and those drawings which indicate any deviations made from the requirements indicated in those drawings during the production of the Work will be redlined. Miscellaneous shop drawings will be furnished if and to the extent necessary for production of the Work. The design for the Work will incorporate applicable building codes, rules, and regulations enacted by the state where the Site is located. Project management and full time construction supervision services at the Site during production of the Work is required. If areas adjoining the Site are occupied during the production of the Work, coordinate the Work so that the use and occupancy of those areas will not be unreasonably impaired for extended periods of time. If finishes (e.g., plastic laminate, floor or ceiling tile, carpet, ceramic tile, paint, stain, etc.) are included in the work, samples of those finish materials will be furnished to the Customer for its selection of the color/pattern of those finishes. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in 2019. In accordance with VAAR 836.204, the magnitude of construction is between $175,000 and $325,000 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 197 calendar days from the issuance of a Notice to Proceed. 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 in the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. 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. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than 4 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 March 12, 2019 at 10:00 AM 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. 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) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Joshua Slapnicker Contract Specialist joshua.slapnicker@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); 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/90bac4dc06d2a2a23c388303c7327940)
 
Record
SN05230709-F 20190224/190225091039 (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 |
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.