SOURCES SOUGHT
Z -- Renovate Building 61 for VEO and Patient Benefits P/N:589A7-24-408
- Notice Date
- 12/14/2023 11:41:41 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25524R0036
- Response Due
- 1/3/2024 12:00:00 PM
- Archive Date
- 04/02/2024
- Point of Contact
- Sean P Jackson, Contract Specialist, Phone: 913-946-1126
- E-Mail Address
-
Sean.Jackson@va.gov
(Sean.Jackson@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT Project 589A7-24-408, Renovate Building 61 for MAS and Enrollment & Eligibility This is a Sources Sought Notice to determine the availability of small business participation for a possible small business category type set-aside for a Construction project at Wichita VAMC: Small businesses include: Service-Disabled Veteran Owned Small Business SDVOSB, Veteran Owned Small Business, 8a, and Women Owned Small Businesses. This Sources Sought Notice is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP. PROJECT DESCRIPTION AND SCOPE Construction will consist of but is not limited to, the following: necessary demolition and removal; new and reconfigured drywall partitions, mechanical, lighting, fire protection, physical security, and electrical systems, and installation of new mechanical systems, lighting, fire protection, physical security, and electrical system upgrades (as necessary), as well as new interior finishes to ceiling, walls, and flooring; new casework and countertops; and installation of government furnished equipment. Construction will also include removal and installation of glass curtain walls. Construction may also include the abatement of any asbestos. The construction of this is to be completed in such a manner to allow medical care functions to be maintained uninterrupted throughout construction. Phased construction and coordination with VA may be required. Contractor shall furnish all labor, materials, equipment, and supervision to perform all work to renovate and construct administrative space for MAS and Enrollment and Eligibility from the old VBA space. This will include field investigation of the existing space during demolition to identify mechanical, plumbing, and electrical systems that must be carefully traced back and terminated or re-routed to support the new design as needed. This includes, but is not limited to steam lines, condensate lines, reverse osmosis (RO) lines, med gas lines, and water supply lines. The Contractor shall obtain all required permits for the project. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $500,000.00 and $1,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45.0 Million. Interested firms must be registered in Sam.Gov (https: www.SAM.gov) under this NAICS code. Qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small business (VOSB) and SDVOSB, VOSB Joint Ventures must be certified in SBA VetCert Veteran Small Business Certification (sba.gov). If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 single sided pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and EIN number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples; 4) Offeror's SBA VetCert certification as a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 236220, General Construction and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. The Response Due Date for this Sources Sought Notice is January 03, 2024 at 2:00 pm Central Time. Respondents will not be notified of the results of analysis. Submit your responses to sean.jackson@va.gov or james.petrik@va.gov . PLEASE REFERENCE ""SOURCES SOUGHT: Project 589A7-24-408 Renovate Building 61 for MAS and Enrollment & Eligibility "" IN THE SUBJECT LINE and first page of the response. The point of contact for submission of Capabilities Statement and questions is: Sean Jackson, Contracting Officer Email: sean.jackson@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048 James Petrik, Contracting Specialist Email: james.petrik@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048 No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/01173196525d4910be057e456bb24de1/view)
- Record
- SN06913202-F 20231216/231214230100 (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 |