Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2024 SAM #8171
SOURCES SOUGHT

Y -- Establish Radiation Oncology Program at Southeast Louisiana Veterans Health Care System - Construction - Design Build

Notice Date
4/9/2024 6:37:21 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
36C77624Q0187
 
Response Due
4/16/2024 10:00:00 AM
 
Archive Date
07/24/2024
 
Point of Contact
Bailey Donato, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Bailey.Donato@va.gov
(Bailey.Donato@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: 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 Establish Radiation Oncology Program at the Southeast Louisiana Veterans Health Care System (SLVHCS) located in New Orleans, Louisiana. PROJECT DESCRIPTION: A/E Services include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to complete site preparation and implementation, of the following equipment purchases: two (2) Linear Accelerators, one (1) Computer Tomography (CT) based simulator, various computers and monitors for image display, dose calculations, medical documentation, and scheduling. Design work shall include efforts associated with the relocation of staff to accommodate the build out (renovation) as well as new construction for expansion. Spaces shall be renovated and built out to accommodate the relocation of staff as necessary to complete the design and construction outlined. Construction Services are expected to take place at the main campus (2400 Canal St.). Potential campus sites have been identified; however, the primary site has been used as the basis of this package. The location is expected to encompass part of adjacent to G Building of Diagnostic and Treatment. Work will require phased construction to include but not limited to preparation of new space for displaced staff and renovation of vacated space to meet functional needs, structural reinforcement to ensure safety of occupied spaces, coordination of utility tie ins. Physical security waivers and assessments will be needed as the space is expected to abut against newly constructed surface lot. Parking spaces at this lot are expected to be dedicated for patient use of this clinical function (some not all). PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. 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 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 million) applies to this procurement. The duration of the project is currently estimated at 600 calendar days from the issuance of a Notice to Proceed. 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. 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 Provide a response to each of the following items: Describe your company s experience managing a construction project of this magnitude (higher end of the $10-$20M range). Discuss your specific experience with previous Radiation Oncology projects (Preferably including the construction of linear accelerator vaults). What was the dollar value and project title, and what was your role? Discuss your specific experience with previous projects involving the shielding of nuclear medicine and other radiological spaces. What was the dollar value and project title, and what was your role? Describe in detail your company s experience in the following areas: Site work including road work. Underground utilities i.e., water, sewer, gas, fiber optic, data, and electric with utility tie-ins and coordinated outages. Structural concrete, foundations, slabs, structural steel for multistory construction; and Steam and chilled water systems construction/tie-ins. Describe in detail your company s experience and demonstrated ability in managing subcontractors and maintain work schedule timelines. Describe your Phasing experience: This includes your ability to use an existing system online while building what is being replaced, and transition to take down the old system and install the new system. Demonstrate your ability to transition to each phase while maintaining orderly files and paperwork. Describe your experience of construction within/around courtyards including interior courtyards to occupied spaces. Describe your experience with the installation and execution of dedicated utility systems, specifically highlighting experience with electrical, mechanical, and plumbing systems. Describe your experience with completing site preparation for high cost/high tech medical equipment in operating facility. It is requested that interested contractors submit a response (electronic submission) of no more than ten (10) 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 the primary and secondary points of contact listed below by April 16.2024 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Bailey Donato Contract Specialist bailey.donato@va.gov Secondary Point of Contact: Jason Schultz Contracting Officer Jason.schultz@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b8245529a4e419298f19fb3c70f62a4/view)
 
Place of Performance
Address: Southeast Louisiana Veterans Health Care System 2400 Canal Street, New Orleans, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN07025057-F 20240411/240409230055 (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.