SOURCES SOUGHT
Y -- Construct Inpatient Medicine Bed Addition at the Kansas City VA Medical Center
- Notice Date
- 11/3/2023 8:04:04 AM
- 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
- 589-017
- Response Due
- 11/15/2023 1:00:00 PM
- Archive Date
- 11/15/2024
- Point of Contact
- Emil Reyes, Phone: 2164478300, David Mark
- E-Mail Address
-
Emil.Reyes@va.gov, david.mark2@va.gov
(Emil.Reyes@va.gov, david.mark2@va.gov)
- Description
- INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought 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 Construct Inpatient Medicine Bed Addition at the Kansas City VA Medical Center located in Kansas City, MO. This is a CONSTRUCTION project. PROJECT DESCRIPTION: Contractor shall completely prepare project site for operations, including demolition and removal of existing site elements, and furnish labor and materials to perform work at the Kansas City VA Medical Center (KCVA) Project 589-017, involving construction of Inpatient Medicine Bed Additions. Period of performance is projected to be five-hundred forty (540) calendar days. The work will require construction of a third-floor addition on the North side of the building. The remainder of the 3rd floor west wing shall be renovated. These areas combine to form a continuous inpatient private bedroom acute medicine unit. A vertical circulation addition with 2 elevators shall also be built with this project serving all floors from Basement thru 8th floor for patient transport. Additional work is required to accommodate location of 2 portable MRI machines that will serve patients during the construction period. This work is located near the Ambulance-only entry and on the Honors Annex Campus which is a few miles to the east. Work includes general construction, alterations, and certain other items. Contractor shall provide services including but not limited to furnish all supervision, labor, equipment, materials, and transportation necessary to accomplish work for the demolition and replacement as required. Contractor is responsible for Asbestos Containing Materials (ACM) and Lead Based Paint (LBP) removal and mitigation, including Floor tile, Mastic and Lead Paint removal, where it occurs inside the project area of work.� Civil and Sitework: Work includes all labor, material, equipment, and supervision to perform new civil and site work. Civil and Sitework includes all site preparation as well as providing new and relocating existing utilities and equipment, providing new site construction, landscaping, and physical security elements. Electrical, Telecommunications, and Security Work: Work includes all labor, material, equipment, and supervision to perform new electrical, communications and security systems to the spaces renovated and the new additions. Provide access control for all the required doors, coordinate with the door hardware schedule for additional requirements. Provide new cameras, associated devices, and equipment. Mechanical, Plumbing and Fire Protection Work: Work includes all labor, material, equipment, and supervision to perform the required Mechanical, Plumbing and Fire Protection construction work on this project including providing materials and construction equipment as needed. All new mechanical systems shall be addressable and controllable via the existing Engineering Control Center (ECC) and HVAC Shop. The ECC system shall monitor space conditions and unit status and shall alarm the Facility Operations staff as detailed by the mechanical control drawings and specifications. In addition to providing new mechanical systems to serve the new addition and renovated spaces, this project also requires reconfiguration of the existing building HVAC systems (duct, diffusers, grilles, bracing and supports) to maintain existing heating and cooling systems. Contractor is required to Test and Balance (TAB) new and existing HVAC systems. This work requires preconstruction TAB readings to establish baseline performance for all existing HVAC systems to remain serving the Medical Bed space and adjacent corridor. Existing systems shall be rebalanced to preconstruction readings. Contractor shall reconfigure fire protection piping and provide additional sprinkler heads to the existing building automatic sprinkler system as required. New Fire Protection systems shall be provided, and existing systems modified. Contractor shall reconfigure plumbing and medical gas piping and provide new piping, fixtures, valves, fittings, and devices. All new and existing systems within the Scope of Work shall be commissioned (or recommissioned). Inspections: Comprehensive 3rd party inspections, testing and written reports for all Divisions are required and paid by the General Contractor. Contractor shall employ third party inspection consultants to perform all inspections required by this contract. The VA shall appoint a third-party individual, company, or firm to act as the Commissioning Agent. The Commissioning Agent is the designated person, company, or entity that plans, schedules, and coordinates the commissioning team to implement the commissioning process. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with 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. 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 late January 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. �The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 540 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. 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 236220. 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 prime contractor�s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: 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 owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Provide specific examples that relate aspects of previous projects to the proposed project. 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 a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above 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, 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 must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to both the primary and secondary point of contact listed below by November 15, 2023, at 4:00 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. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cb94601e79524df1932e15977e2ded8e/view)
- Place of Performance
- Address: Kansas City, MO 64128, USA
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN06876087-F 20231105/231103230054 (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 |