Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2023 SAM #7717
SOURCES SOUGHT

C -- EHRM Training and Admin Support Space Modular Trailer Site Prep Design - West Roxbury (VA-23-00000569)

Notice Date
1/11/2023 5:15:18 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623Q0158
 
Response Due
1/24/2023 2:00:00 PM
 
Archive Date
02/23/2023
 
Point of Contact
Pashion Wyatt, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Pashion.Wyatt@va.gov
(Pashion.Wyatt@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: INTRODUCTION: This notice is for market research and information 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 EHRM Training and Admin Space Support at the West Roxbury VA Medical Center (VAMC) located in West Roxbury, MA. PROJECT DESCRIPTION: West Roxbury VA Medical Center (WRVAMC) has a requirement to prepare a site and provide utilities to support modular trailer installation to provide Electronic Health Record Modernization (EHRM) training and administrative support spaces. The project shall include design services to prepare the site for placement of the modular trailers including earthwork and pavements. The design shall include provision of ~15000 SF of modular space in WR, target location is either in-front of Building 88 or behind the new parking structure to provide EHRM training space, and admin support space. A/E shall include design services to provide and install power, water, sewer, fiber, cables and all other necessary utilities (as needed), brought to the junction box or can be distributed to exterior of each unit. Water and sewer may be provided by filling and pumping services through the rental contract or a separate maintenance/service contract for water tank and sewer pump station. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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. This project is planned for advertising in mid to late April 2023. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $4,305,000. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), 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. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, 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 an electronic response that addresses the above information. Please submit as a PDF, 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, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by January 24, 2023 at 05 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; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Pashion Wyatt Contract Specialist Pashion.wyatt@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20bb015475f24d10b745f39e4b460a9d/view)
 
Place of Performance
Address: West Roxbury VA Medical Center 1400 VFW PKWY, West Roxbury 02132, USA
Zip Code: 02132
Country: USA
 
Record
SN06562167-F 20230113/230111230110 (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.