Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2023 SAM #7864
SOURCES SOUGHT

C -- A-E Design Services - Construct Research Addition Phase IV Project 539-331 - Cincinnati VA Medical Center

Notice Date
6/7/2023 6:06:47 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623Q0406
 
Response Due
6/20/2023 7:00:00 AM
 
Archive Date
08/19/2023
 
Point of Contact
Contracting Officer, Katherine Gibney, Phone: (216) 447-8300 x3370
 
E-Mail Address
katherine.gibney@va.gov
(katherine.gibney@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE CINCINNATI VA MEDICAL CENTER AE DESIGN PROJECT 539-331 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 VA, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for architect-engineer (A/E) services for Project No. 539-331, Construct Research Addition Phase IV, to construct additional floors to the Research Building, No. 14, at the Cincinnati VA Medical Center, Cincinnati, Ohio. PROJECT DESCRIPTION: Cincinnati VA Medical Center requires a contractor to complete the preparation of drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract in order to construct approximately 12,000 gross square feet (GSF) of new space to complete the buildout of the 3rd floor and create an additional floor for the new Research Building No. 14 for new research labs and associated administrative space. As this is adjacent to an occupied space, planning for phasing the construction work may be required. Construction period services may be required to include submittal/shop drawing review, answering questions, issuing amendments, site visits, creating bulletins/change order documentation (including cost estimates), review of contractor proposals for additional work, participation in above ceiling, in wall, and punch list inspections, and the creation of record drawings. In addition, the A/E will be expected to work with a third-party commissioning firm, via a separate contract with the VA. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the original construction drawings/record drawings for the space will be available for A/E use. The contractor shall furnish a complete design package to include plans, architectural, structural, electrical, mechanical, views, details, sections, elevations, shop drawings, independent fire/safety review, BIM record drawings, edited specifications, site visits, commissioning, and related information as required by the contract. 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 October 2023. The North American Industry Classification System (NAICS) code 541310, Architectural Services, applies to this procurement. The Veterans Affairs Acquisition Regulation (VAAR) Magnitude of Construction is between $10-$20 Million. 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 five (5) 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. State whether or not your firm was the prime or a subcontractor. 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 20, 2023 at 10:00 am 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: Katherine Gibney Contracting Officer Katherine.gibney@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db2c6356dd844b84a1e15362e77de899/view)
 
Place of Performance
Address: 3200 Vine St, Cincinnati, OH 45220, USA
Zip Code: 45220
Country: USA
 
Record
SN06708056-F 20230609/230607230118 (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.