Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

C -- 662-630 Construct Hybrid Operating Suite Design San Francisco

Notice Date
2/8/2024 8:58:57 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0119
 
Response Due
2/22/2024 11:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Gregory Parker, Contract Specialist, Phone: 216-447-8300x49613
 
E-Mail Address
gregory.parkerjr@va.gov
(gregory.parkerjr@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 Construct Hybrid Operating Suite located in San Francisco, CA. PROJECT DESCRIPTION: The San Francisco VA Medical Center is seeking an architect / engineering firm to design project 662-630, Construct Hybrid Operating Suite. This requirement is primarily concerned with an expansion of the SFVA surgical department extending laterally above Building 200D, resulting in a total 5,800 SF addition that is partly cantilevered. This addition accommodates three specialized Operating Rooms and accords circulation space. Additional requirements include a renovation of the Post-Anesthesia Care Unit as well as pre and post operative areas. Total renovation should be assumed to be limited to 6,000 SF. A/E shall develop a complete stamped and signed design package including all appropriate trades which, at a minimum, should include architectural, civil, structural, mechanical, electrical, low voltage, and plumbing for the project. 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 May 2024. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with VAAR 836.204 - Disclosure of the magnitude of construction projects, the estimated cost of construction is between $10,000,000 to $20,000,000. 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 February 22, 2024, at 2:00 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: Gregory Parker Contract Specialist Gregory.parkerjr@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b09092e820b4a9bbb0a8f0a9eb134f3/view)
 
Place of Performance
Address: San Francisco VA Medical Center 4150 Clement St., San Francisco 94121, USA
Zip Code: 94121
Country: USA
 
Record
SN06960742-F 20240210/240208230057 (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.