Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOURCES SOUGHT

Y -- Construct and Renovate Dialysis and Sleep

Notice Date
4/7/2020 9:07:41 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36E77620Q0050
 
Response Due
4/10/2020 12:00:00 AM
 
Archive Date
07/09/2020
 
Point of Contact
Joshua Slapnicker joshua.slapnicker@va.gov
 
E-Mail Address
joshua.slapnicker@va.gov
(joshua.slapnicker@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 to conduct all necessary support to construct a 6,000sf addition (Administration, Nephrology, and Sleep Lab spaces) to Building 20, a 4,200sf renovation (Pharmacy, Administration, Canteen and Retail spaces) to Building 20, a 1,000sf addition (Coffee Bar) to Building 19 and installing dialysis boxes in Bldg 20. All work will be required level 4 infection control. in order to support the Correct Martinez Water System project of the Martinez Veterans Affairs Medical Center (VAMC). This is a CONSTRUCTION project. PROJECT DESCRIPTION: The primary intent of this Construction effort is to improve the offices of the Nephrology and Sleep Lab spaces, the Pharmacy office and work space, and the Canteen, retail, and coffee shop spaces. The Martinez Outpatient Clinic campus consists of 24 acres and over a dozen buildings to include a 120-bed inpatient care facility. Project A is a Coffee Shop addition to Building 19. The addition is approximately 1000 square feet in size and will match the existing Building 19 architecture and exterior finishes. Project B is an addition to Building 20 approximately 6000 square feet in size with space for an Administration Department, a Dialysis Department and Sleep Lab Department. Exterior architectural finishes consist of metal roofing, stucco siding and aluminum frame windows. Project C is a renovation of the existing Pharmacy, Canteen, and Administration space in Building 20. The project renovation area is approximately 4200 square feet in size and will provide a renovated and expanded Pharmacy and a renovated and expanded Canteen, the existing Administration area was reduced to a Conference Room and a Consult Room. Project D Installs Dialysis Boxes in various patient rooms in the existing CREC. This work requires significant plumbing and architectural patching and repair of all disturbed surfaces. To ensure such executions, Contractor shall furnish the COR with a schedule of approximate dates on which the Contractor intends to accomplish work in each specific area of site, building or portion thereof. The Contractor shall submit a detailed Phasing Plan for VA approval. Contractor is advised all adjacent areas of Building 20 will remain occupied and noise and disruption must be kept to a minimal. In addition, Contractor shall notify the COR three weeks in advance of the proposed date of starting work in each specific area of site, building or portion thereof. Arrange such dates to insure accomplishment of this work in successive phases mutually agreeable to COR and Contractor. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the construction approach outlined in FAR Part 15 Source Selection Procedures and FAR Part 36 Construction and Architect-Engineer Contracts Procedures. This project is planned for advertising in 2020. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the study is currently estimated at 760 calendar days from the issuance of a Notice to Proceed. 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. 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 April 14, 2020 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f34096d5cd3640c48022c81532988c54/view)
 
Place of Performance
Address: 150 Muir Rd;Martinez, CA 94553, USA
Zip Code: 94553
Country: USA
 
Record
SN05613597-F 20200409/200407230152 (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.