SOURCES SOUGHT
Y -- EHRM Construction - Birmingham VAMC (521-20-901) (VA-23-00031309)
- Notice Date
- 2/3/2023 12:22:11 PM
- 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
- 36C77623Q0201
- Response Due
- 2/14/2023 1:00:00 PM
- Archive Date
- 05/24/2023
- Point of Contact
- Mary Harding, Contract Specialist (Contractor), Phone: 216-447-8300
- E-Mail Address
-
mary.harding@va.gov
(mary.harding@va.gov)
- Awardee
- null
- Description
- SYNOPSIS INTRODUCTION In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is being issued for market research and information purposes only 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 Electronic Health Records Modernization (EHRM) Infrastructure Upgrades at the Birmingham VA Medical Center (VAMC) located at 700 South 19th Street in Birmingham, Alabama. PROJECT DESCRIPTION The Department of Veterans Affairs is in the process of migrating from its existing Computerized Patient Record System (CPRS) to a new Electronic Health Records Modernization platform. This construction project upgrades the Birmingham VA Medical Center s electric and IT cabling to allow for the establishment of the facility s new EHRM system. The scope of this project includes, but is not limited to the following infrastructure improvements in accordance with the latest U.S. Department of Veterans Affairs Office of Information and Technology (OIT) standards: reconfiguration, renovation and/or expansion of existing spaces for new Telecommunications Rooms (TRs) which includes demolition and renovation with new construction and finishes; upgrades to the existing HVAC, plumbing and building management systems to support mechanical cooling of the new TRs; electrical upgrades for lighting, lighting controls, normal/emergency power system expansion to the new TRs and a new redundant 150kVA Uninterruptible Power Supply (UPS) system for the Main Computer Room (MCR); telecommunication infrastructure upgrades for new redundant fiber optic backbone cabling and patch panels, horizontal cabling (CAT 6A), data jacks, new TR data racks with rack mounted Power Distribution Units (PDUs) and UPSes and upgraded grounding/bonding; installation and programming of Building Automation System (BAS) equipment and interfaces; physical security upgrades to include electronic access control to each TR and MCR; abatement of asbestos and lead-based paint; fire suppression upgrades; and, fire alarm upgrades. To avoid impact to the medical center s operation, much of this work will be required to be performed after the medical facility s normal working hours. PROCUREMENT INFORMATION The proposed procurement will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final 100% Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request for Proposal (RFP) pursuant to FAR Part 15, considering Technical and Price Factors, or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method to be used for this acquisition requirement. The type of socio-economic set-aside, if any, will depend on 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 March 2023. In accordance with the Veterans Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $20,000,000 and $50,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard of $45 million) is applicable to this procurement. The duration of the project is currently estimated at 434 calendar days from the issuance of the Notice to Proceed (NTP). The services for this project shall include providing all construction-related services, labor, material, equipment, supervision, quality control, certification and expertise for items described in the Architect/Engineer (A/E) provided Construction Documents, drawings, narrative, calculations, scope of work and specifications. CAPABILITY STATEMENT Respondents to this Sources Sought Notice shall provide a general Capability Statement to include the following information: Section 1 Provide company name, DUNS number and Unique Entity Identifier (UEI); company address; Point of Contact name, title, phone number and email address. Section 2 Provide company s business size based on the NAICS code of 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HubZone Small Business, etc. Section 3 Provide your Statement of Interest in this project. Section 4 Provide with this submission the Prime Contractor s available bonding capacity in the form of a Letter of Intent from your bonding company. **Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction stated above. Section 5 Provide the type of work your company has performed in support of the same or similar project requirement described herein. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside program (if any) that we will use for this procurement. For this section, please provide the following: No more than three (3) contracts that your company has performed within the last seven (7) years that are comparable in size, complexity and scope to the project requirement described herein. Include the project title; project owner and contact information as this person may be contacted for further information; project scope; project size (for example, square footage); building use (for example, Medical Facility, Office Building, etc.); project dollar value; start and completion dates. Describe specific technical skills and Key Personnel your company possesses to perform the project requirements described herein. Describe your Self-Performed** effort as either a Prime or as a Subcontractor. Describe the self-performed work in terms of dollar value and description. **Self-Performed means work performed by the prospective offeror yourself NOT work performed by another company for you on any of the project examples you provide for this Section 5. It is requested that interested firms submit a response via electronic submission of no more than ten (10) single-sided pages, single-spaced, 12-point font minimum, that addresses the above-requested 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 that contains, at a minimum: the company name, address, Dun & Bradstreet number, Unique Entity Identifier (if available at time of submittal), socio-economic status, Point of Contact name/phone number/email address. Responses must include the Sources Sought number and Project Title in the subject line of your email response. Responses to this Notice must be emailed to the primary and secondary points of contact listed below by no later than February 14, 2023 at 4 P.M. Eastern-time. No phone calls will be accepted. The Capability Statement submitted in response to this Notice shall not be considered to be a bid or a 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 requested of any prospective respondent. No evaluation letters or results will be provided to respondents to this Notice. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above, or proceed with an unrestricted, full and open competition to other than small business concerns. 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 Contract Opportunities site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd., Suite 490 Independence, Ohio 44131 Primary Point of Contact: Mary Harding Contract Specialist (Contractor) mary.harding@va.gov Secondary Point of Contact: Megan Dohm Contracting Officer megan.dohm@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8dde258fda154f5eb118a14026c87073/view)
- Place of Performance
- Address: VAMC Birmingham 700 South 19th Street, Birmingham, AL 35233, USA
- Zip Code: 35233
- Country: USA
- Zip Code: 35233
- Record
- SN06582482-F 20230205/230203230109 (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 |