Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SOURCES SOUGHT

C -- Expand and Renovate Laboratory Building 1, 2nd Floor - Minor Design - Fresno VAMC

Notice Date
12/7/2023 3:41:04 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0063
 
Response Due
12/18/2023 10:00:00 AM
 
Archive Date
03/26/2024
 
Point of Contact
Jason Schultz, Contract Specialist, Phone: (216) 791-3800
 
E-Mail Address
Jason.Schultz@va.gov
(Jason.Schultz@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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 Expand and Renovate Laboratory, building 1, 2nd Floor Design Project at the Fresno VA Medical Center (VAMC) located in Fresno, CA. PROJECT DESCRIPTION: The project includes the total demolition and renovation of the existing imaging spaces to new lab spaces located on the 2nd Floor which will allow for a seamless transition from the existing 2nd Floor footprint to the new Lab expansion area. This project will also require total renovation of the 1st Floor Pharmacy area to accommodate the lateral and vertical structural components needed to support the 2nd Floor Lab expansion area. The Basement s morgue area will also require extensive renovation to accommodate the lateral and vertical structural components needed to support the 2nd Floor Lab expansion. The total renovated area is approximately 7,440 SF. The new 2nd Floor lab expansion area will be located on the exterior portion of Building 1 and positioned at the 2nd Floor level. Due to the position of the new 2nd Floor Lab expansion, a new walkway canopy will need to be erected adjacent to the 1st Floor Pharmacy renovated area. This walkway canopy will provide ease of access to the hospital s north Pharmacy entrance. This project will also include the total upgrade of all HVAC (mechanical ventilation) systems to meet or exceed current VA and laboratory standards. During 1st Floor renovation, Pharmacy s daily operations must be always maintained. No exceptions. Existing Pharmacy mezzanine area located adjacent to the building 1 must be demolished to accommodate for the total footprint of the new 2nd Floor Lab expansion. The newly renovated laboratory space shall meet all current VA and laboratory standards. The Architectural/Engineering team shall prepare Programming Documents, including a Basis of Design, Schematic Drawings, Design Development Drawings, Construction Documents, Specifications, and Cost Estimates that meets or exceeds all current VA and laboratory standards. One of the main concerns is to maintain operational continuity of the laboratory services. The relocation and operation of laboratory services shall remain uninterrupted, 24/7, when implementing and carrying out the construction period of services. A thorough evaluation of the relocation shall be carried out to determine the best possible solution to benefit the hospital and patient care 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 late January 2024. 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 is approximately $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 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. Include a narrative for each project that relates the submitted project to the subject requirement in terms of size, scope, and complexity. Describe specific technical skills your company possesses 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, 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 December 18, 2023 at 1:00 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: Jason Schultz Contract Specialist Jason.Schultz@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8dd9d955d11410da75e9ebe123016b3/view)
 
Place of Performance
Address: Fresno VA Medical Center 2615 E. Clinton Ave, Fresno, CA 93703, USA
Zip Code: 93703
Country: USA
 
Record
SN06906234-F 20231209/231207230050 (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.