SOURCES SOUGHT
Y -- EHRM Infrastructure Upgrades Ft. Wayne VAMC
- Notice Date
- 1/31/2022 10:48:11 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622Q0141
- Response Due
- 1/31/2022 12:00:00 PM
- Archive Date
- 05/01/2022
- 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 for the construction of a Electronic Health Record Modernization (EHRM) upgrade process for the campus, in order to upgrade the facilities electrical and IT infrastructure at the Fort Wayne Veterans Affairs Medical Center (VAMC). This is a CONSTRUCTION project. PROJECT DESCRIPTION: The Project consists of construction upgrades to the facilities electrical and IT infrastructure to allow for the new Electronic Health Records Modernization (EHRM) system. The scope includes, but is not limited to, the following infrastructure improvements: provide additional outlets in each IT closet and upgrade facility power distribution as required, assess for new and upgrades to existing HVAC, reconfiguration, expansion, and renovation of existing space, physical security upgrades, upgrading the facilities fiber throughout the buildings to each IT closet, provide a redundant fiber run throughout the facility to each IT closet, upgrade fiber infrastructure backbone campus-wide within buildings and between buildings, provide a new main fiber line coming into the building from the provider point, replace or upgrade communication infrastructure (new data outlets, patch panels, and upgrade to Cat 6A cable) throughout all buildings.. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the construction approach outlined in FAR Part 14.2 Solicitation for Bids. This project is planned for advertising in 2019. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000 The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 365 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 February 10, 2022 at 3:00 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. If a solicitation is released it will be synopsized on System of Awards management at www.sam.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://sam.gov/opp/c40ef3d0c5b6404ba685427eff3f1cad/view)
- Place of Performance
- Address: 2121 Lake Ave. Fort Wayne, IN 46805, USA
- Zip Code: 46805
- Country: USA
- Zip Code: 46805
- Record
- SN06229115-F 20220202/220131230110 (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 |