SOURCES SOUGHT
C -- 652-326 Improve Surgical Patient Privacy Minor Design - Richmond VAMC (VA-23-00031071)
- Notice Date
- 6/1/2023 5:51:46 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623Q0392
- Response Due
- 6/14/2023 11:00:00 AM
- Archive Date
- 07/14/2023
- Point of Contact
- Brett Meister, Contract Specalist, Phone: 216 447 8300
- E-Mail Address
-
Brett.Meister@va.gov
(Brett.Meister@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 Improve Surgical Patient Privacy Design at the H.H. McGuire VA Medical Center located in Richmond, VA PROJECT DESCRIPTION: Provide professional engineering services for the design and construction administration to construct up to 15,000 sf of new or renovated space consisting of a single story with interstitial addition to building 500 geared specifically towards the intensive care of surgical patients. The construction shall include a rooftop addition adjacent to the existing 4A MICU space. The project design will outline and specify (but is not limited to) the following construction activities: 1. Demolition work as necessary to construct new facility addition. 2. Structural designs in accordance with VA Standards. 3. Architectural design in accordance with this scope of work, and VA standards. 4. Interior design that provides a welcoming atmosphere and efficient workplace. 5. MEP designs that conform to VA design standard. AE is responsible for providing all services necessary for design of this project i.e. demolition, civil, structural, architectural, interior design, equipment/ furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, healthcare technology systems and devices and environmental. AE will review needs identified by the Integrated Project Team for the area under consideration for design and provide recommendations. A minimum of three layout options that address the identified needs will be presented to the VA for review. If necessary, the project shall be phased to minimize the impact to the Medical Center and patient care. Prior to submission of Schematic Design material, the AE shall meet with the VAMC s COR to discuss any proposed phasing requirements for the project. These phasing requirements shall describe the general sequence of the project work, estimated project duration, and what Government constraints will exist that will influence the Contractor's approach to the construction project. The AE shall be responsible for documenting the phasing requirements. 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 Early July 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 $10,000,000.00 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 June 14, 2023, at 02:00 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: Brett Meister Contract Specialist Brett.Meister@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f832face8bc4481b7fc2652afe09583/view)
- Place of Performance
- Address: H.H. McGuire VA Medical Center 1201 Broad Rock Blvd, Richmond, VA 23249, USA
- Zip Code: 23249
- Country: USA
- Zip Code: 23249
- Record
- SN06701930-F 20230603/230601230117 (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 |