Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2022 SAM #7379
SOURCES SOUGHT

C -- Construct Oncology Clinic Design (Minor), Ft. Wayne, Indiana

Notice Date
2/11/2022 10:33:04 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0169
 
Response Due
2/25/2022 11:00:00 AM
 
Archive Date
06/04/2022
 
Point of Contact
Susie Sisson, Contract Specialist, Phone: 719-251-8816
 
E-Mail Address
mary.sisson@va.gov
(mary.sisson@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources. This project involves professional Architect/Engineer (A/E) services necessary to construct a new Oncology clinic (up to 8,500 square feet), construct a new entry to building 1, construct a new drop off zone with bus stop, remodel 6,000 square feet on first floor to accommodate a new welcome center, a new canteen area, new pharmacy area, and a new police control room. This is a DESIGN project. PROJECT DESCRIPTION: Place of Performance: VA Northern Indiana Health Care System, Fort Wane Campus, 2121 Lake Avenue, Fort Wayne, Indiana 46805. The Department of Veterans Affairs (VA) intends to have the A/E furnish professional services (to include Construction Documents, Technical Specifications, Statement of Conditions Drawings, Construction Administration, site survey, soil borings, design narrative/analysis, calculations, construction cost estimates, and sample boards in accordance with professional standard practices and VA criteria). Design will include the following items and program areas: Construction of 8,500 square foot addition and remodel 6,000 square feet in Building 1 first floor for a new Oncology Clinic and Infusion Center. designed to accommodate the following functions based on the guides, manuals and planning criteria: Oncology Clinic Reception area Treatment rooms Restroom staff and patient Agent preparation room Offices, staff Family counseling room Nurse Station Exam rooms Waiting area Soiled utility room Medical equipment storage Clean utility room Medication room Crash cart Alcove Ems closet Canteen Staff and administrative area Retail Store area Retail concession area Food court support area Cafeteria serving area Cafeteria dining area Vending area Coffee bar Welcome Center Lobby Information desk Release of information Patient advocate service s Agent Cashier Veteran eligibility services Travel services Veterans Service Organizations (VSO) My Health-E-Vet services Security screening Restrooms Storage, Wheelchair Patient education Kiosk Pharmacy Outpatient pharmacy patient area Outpatient pharmacy work area Outpatient pharmacy support area Oncology drugs area Police Control Room Duty area Staff and administrative area Construction of new entrance for Building 1 design will include the following features: Drop off Zone Canopy cover area Valet parking services Vestibule Walkways Bus stop Waiting area The VA will provide an available program for design for the project in the Space and Equipment Planning System (SEPS). It is expected that the program will be larger than the allotted space. The A/E along with the VA will work with the departments to trim or eliminate the departments to fit in the space. Design shall include new sidewalks and signage to provide access to new building from existing sidewalks/parking areas, As part of the contract the A/E shall field verify all existing conditions and engage a qualified surveyor to perform a Land Title Survey meeting ALTA/ACSM Standards. The survey shall include enough of the adjacent sites to satisfy informational requirements to perform the scope of work stated above. As a part of this contract the A/E shall engage a Geotechnical Engineer for subsoil exploration of ground water and subsoil conditions. Number of borings and extent of exploration required shall be performed to obtain adequate information in determining design requirements. Geotechnical shall prepare report of findings and A/E shall forward a copy of the report to the VAMC COR. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price (Final Specifications and Drawings will be provided) contract utilizing the Construction approach. In accordance with Veteran Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code for this action is 541310 with a size standard of $8.0 million. The duration of the project is currently estimated at 351 calendar days from the issuance of a Notice 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 541310. 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. 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. 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 February 25, 2022. 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 Contracting Opportunities at https://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: Susie Sisson Contract Specialist Mary.sisson@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fae39457c71e4beb8f40d171c8ca0e6a/view)
 
Place of Performance
Address: VA Northern Indiana Health Care System 2121 Lake Avenue, Ft. Wayne, IN 46805, USA
Zip Code: 46805
Country: USA
 
Record
SN06240884-F 20220213/220211230108 (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.