SOURCES SOUGHT
C -- New Requirement Specialty Hospital Design (Minor) - Oklahoma City (VA-23-00033557)
- Notice Date
- 5/4/2023 12:00:47 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623Q0356
- Response Due
- 5/15/2023 11:00:00 AM
- Archive Date
- 08/13/2023
- Point of Contact
- Gregory Parker, Contract Specialist, Phone: 216-447-8300x49644
- E-Mail Address
-
gregory.parkerjr@va.gov
(gregory.parkerjr@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 Renovate Specialty Hospital at the Oklahoma City VA Medical Center (VAMC) located in Oklahoma City, OK. PROJECT DESCRIPTION: The Oklahoma City VAMC is seeking an architect / engineering firms to provide A/E services for the investigation, design, cost estimating, preparation of construction documents, and construction administration services for the specialty hospital that will help serve patients in our Community Living Center and Residential Rehabilitation Treatment Program. The current specialty hospital is 39,665 SF with a total of 50 beds. The design will include separating the hospital into two (2) individual services. This project will also include an additional 1000sf approximately to be created for the two (2) separate entrances for the two (2) services in addition to the renovation. Lastly bringing the hospital up to the most current life safety code. The A/E is responsible for all labor, materials, tools, equipment, and design services necessary to complete the design of the project. The A/E shall provide a complete construction ready design, Scope of Work, construction cost estimate and percent-loaded construction schedule for the parking garage, including identifying the critical path. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should include the following requirements: Complete architectural, plumbing, structural, electrical, civil, mechanical, and fire protection system design. All other work related to provide a complete and usable project based on the requirements stated above. 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 June 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 $9,000,000. 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 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. 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 May 15, 2023, at 2:00 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; 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: Gregory Parker Contract Specialist Gregory.parkerjr@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1caaa49e4c6a47968f220f4ebb68096e/view)
- Place of Performance
- Address: Norman Specialty Clinic 1210 W. Robinson St., Norman, OK 73069, USA
- Zip Code: 73069
- Country: USA
- Zip Code: 73069
- Record
- SN06672905-F 20230506/230504230123 (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 |