SOURCES SOUGHT
C -- Project 675-103 - Create Cardiovascular Center Design Orlando VAMC (Lake Nona)
- Notice Date
- 4/8/2022 10:33:25 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77622R0100
- Response Due
- 4/25/2022 12:00:00 PM
- Archive Date
- 06/24/2022
- Point of Contact
- Richelle N. Gray, Contract Specialist, Phone: 216-447-8300 x3828
- E-Mail Address
-
Richelle.Gray@va.gov
(Richelle.Gray@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 Cardiovascular Center, to include expanding approximately 7,000 square feet (SF), along with demolition, renovation, or reconfiguration of approximately 19,000 SF. This is a DESIGN project. PROJECT DESCRIPTION: Place of Performance: Orlando VA Medical Center, 13800 Veterans Way, Orlando, FL 32827. The Department of Veterans Affairs (VA) intends to have the A/E furnish professional services to include preparation of reports, specifications, renderings, working drawings, site visits/investigations, meetings and meeting minutes, staff interviews, phasing, cost estimates, and other related information and services. The A/E shall furnish technical services for schematic design, design development, and construction documents. Design will include the following items and program areas: Outpatient Clinic Twelve (12) standard exam rooms One (1) treatment room Patient check-in area large enough to accommodate clinic traffic and patients coming for outpatient procedures Invasive Area Two (2) catheterization laboratories One (1) CT scan room Eight (8) bed recovery room One (1) Transesophageal echo and cardioversion room Non-Invasive Area Six (6) echocardiogram rooms One (1) Holter monitor room One (1) ECG room One (1) stress test room One (1) device clinic room for PACS system computers and monitors Ancillary Rooms Supply rooms for Non-Invasive and Invasive consumables Locker room/Break room Conference room with AV equipment Echo Supervisor office Chief of Cardiology office Non-Invasive Lead office Invasive Lead office Cardiology Nurse Manager office Two (2) Cardiovascular Pharmacist offices Biomed workshop Office space for 20 Case Managers and providers 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 $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code for this action is 541330 with a size standard of $16.0 million. The duration of the project is currently estimated at 206 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, Unique Entity ID, 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. 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, Unique Entity ID, 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 April 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: Richelle N. Gray Contract Specialist Richelle.Gray@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/76f7b59a5d8c446882f7f48faf564bee/view)
- Place of Performance
- Address: Orlando VA Medical Center 13800 Veterans Way, Orlando, FL 32827, USA
- Zip Code: 32827
- Country: USA
- Zip Code: 32827
- Record
- SN06293837-F 20220410/220408230109 (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 |