SOURCES SOUGHT
C -- Correct Seismic Deficiencies B14, 657-507, Feasibility Study (VA-21-00028198)
- Notice Date
- 4/14/2021 5:33:52 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77621Q0248
- Response Due
- 4/23/2021 8:00:00 AM
- Archive Date
- 07/22/2021
- Point of Contact
- Joshua D Slapnicker, Joshua Slapnicker, Phone: 216-447-8300
- 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 evaluate and identify seismic deficiencies to the main structure and nonstructural components and equipment of Building 14 at the Marion VA Medical Center (VAMC). This is a DESIGN project. PROJECT DESCRIPTION: The project proposes seismic retrofits to the building as well as addresses some existing Facility Condition Assessment (FCA) deficiencies and some Safety/Physical Security concerns. Building 14 is a 2 story, 6185 gross square feet structure with basement and penthouse spaces. It was originally built in 1940. It was last retrofitted in 1988. It is a steel framed structure with the main lateral force resisting system consisting of reinforced concrete shear walls installed during the retrofit adjacent to the original masonry walls. Contractors will perform a Tier 1 / Tier 2 / Tier 3 analysis per ASCE 41 17 and the latest H 18 8 VA Seismic Design Requirements. The product of the investigation shall be a report outlining Tier analysis findings, deficiencies discovered and proposed corrections to mitigate and bring the structure into code compliance. At least two options shall be proposed for correction of each identified deficiency. A/E shall provide all professional engineering services required to provide a detailed feasibility study of Building 14 located at the VAMC in Marion, IL. The following items shall be included within the scope of that study: Perform a detailed structural evaluation of the existing building. Evaluate and identify seismic deficiencies to the main structure and nonstructural components and equipment. The study will address some accessibility, life safety, structural and telecommunications items. The study will address the mitigation of the following existing safety issue. The boiler room floor currently sits below the surrounding grade and has been subjected to past incidents of flooding which have caused interruptions in steam service. The study will also address existing building deficiencies as they relate to the VA Physical Security and Resiliency Design Manual (PSRDM). Lastly, the study shall include accommodations for reconfiguring and/or adding additional square footage to be used in updating the boiler control room to current VA standards. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design approach outlined in FAR Part 36 Construction and Architect-Engineer Contracts Procedures. This project is planned for advertising in 2021. The North American Industry Classification System (NAICS) code 541330 (size standard $16.5 million) applies to this procurement. The duration of the study is currently estimated at 90 calendar days from the date of award. 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 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. 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 23, 2021 at 11:00 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/1d0abdb875d446a798809366e0e6fa2a/view)
- Place of Performance
- Address: 2401 W. Main St Marion, IL 62959, USA
- Zip Code: 62959
- Country: USA
- Zip Code: 62959
- Record
- SN05972677-F 20210416/210414230116 (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 |