Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2019 FBO #6548
DOCUMENT

Y -- Reconfigure 2J Basement Floor for IT & Administration Space (VA-19-00046746) - Attachment

Notice Date
10/28/2019
 
Notice Type
Attachment
 
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
36E77620Q0011
 
Response Due
11/8/2019
 
Archive Date
2/15/2020
 
Point of Contact
Douglas Kustra
 
E-Mail Address
Contract Specialist
(douglas.kustra@va.gov)
 
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 Reconfigure 2J Basement Floor for IT and Admin Space project at the Dallas VA Medical Center (VAMC). located at 4500 S. Lancaster Road, Dallas, TX 75216. PROJECT DESCRIPTION: The purpose of this project is to upgrade the patient care experience for the first-floor lab of Building 2J at the Dallas VA Medical Center. Work will include, relocating two services: Ambulatory Care & MAS down to the basement, moving PAS out of their current space and then expanding and renovating the lab. This must be done in multiple phases: Rooms BB116, BB117, BB118 and BB118B must all be renovated first. The plan is for this to become shared space for Ambulatory Care and MAS. These services will be moving from 1B221-2J-D and 1C182-2-D. After successful completion and relocation of said services 1B221 will have finish upgrades (NIC) and we will move discharge center out of 1B220. 1B220-2J-D and the lab will be turned over to the contractor for complete renovation. Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work as required by the drawings and specifications. 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. The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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 late December of 2019 or early January of 2020. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $2,000,000. 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 200 calendar days from the issuance of a Notice to Proceed. 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. 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. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess 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. 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 six (6) single sided pages, single-spaced, 12-point font minimum 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. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by November 8, 2019 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 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: Douglas Kustra Contract Specialist douglas.kustra@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d1a706d1b25f5606371cfa23203ddfa)
 
Document(s)
Attachment
 
File Name: 36E77620Q0011 36E77620Q0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5204994&FileName=36E77620Q0011-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5204994&FileName=36E77620Q0011-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Dallas VAMC;4500 S. Lancaster Road;Dallas, TX
Zip Code: 75216
 
Record
SN05484032-W 20191030/191028230520-2d1a706d1b25f5606371cfa23203ddfa (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.