Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2024 SAM #8213
SOURCES SOUGHT

Y -- FY 2024 requirement - Tier 1, CON 663-CSI-020 Renovate Building 100 2nd Floor, CT Replacement

Notice Date
5/21/2024 3:14:44 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0591
 
Response Due
6/4/2024 10:00:00 AM
 
Archive Date
06/19/2024
 
Point of Contact
Christine Lindsey, Contract Specialist, Phone: 813.972.2000 x2479
 
E-Mail Address
Christine.Lindsey@va.gov
(Christine.Lindsey@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is a SOURCES SOUGHT NOTICE in support of the Veterans Affairs Puget Sound Health Care System (HCS) Seattle, WA for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. Potential offerors are invited to provide feedback via e-mail to Christine.lindsey@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by June 4, 2024, at 13:00 Eastern Standard Time. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, business size, and SAM UEI. 2) Anticipated North American Industry Classification System (NAICS) code is 236220 Commerical and Institutional Building Contractors. The largest a firm can be and still qualify as a small business for Federal Government programs is a size standard of $45 million dollars. If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What additional information would the Government need to provide for you to be able to submit an accurate and complete offer with full understanding of the requirements if we post a formal solicitation? 4) Provide a brief capability statement (Max 6 pages) with enough information to determine if your company can meet the requirement. This Sources Sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach. The Government is requesting a short statement regarding the company s ability to provide the services outlined below. Submission of capabilities statement is not expected to be a response to a Request for Quotations, Request for Proposals or Invitation for Bid. Your capability statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. 5) The Magnitude of this Construction Project is anticipated between $1,000,000 and $2,000,000. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: 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 2: Provide a Statement of Interest in the project. Section 3: 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. Projects for construction of new PACU s and OR suites, which meet the above criteria, may be more highly rated. 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. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only, including determining if a set-aside is appropriate for this procurement. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on companies who can provide construction services as summarized below. More details will be provided including any drawings or lists of doors in a solicitation, if one follows. This requires the renovation of approximately 1800 sq ft to accommodate two CT rooms, a shared control room, and a patient prep area. Necessary utilities must be extended and connected from surrounding areas. Demolition: Work will include demolition of walls, ceiling tiles, flooring, HVAC grills, light fixtures and plumbing fixtures. Removal of existing equipment, including wall mounted equipment and store for re-installation. Asbestos abatement will also be required. The Contractor will be responsible for the correct disposal of all materials associated with this project in accordance with the Department of Veteran Affairs Infection Control Procedures, Federal and State Environmental Protection Procedures and the published construction waste management policy for contractor work on a VA Campus. Renovation will include framing, installation of walls, lead shielding, casework, ceiling structures (per specification) in preparation for manufacturer installed ceiling mounted equipment and flooring. Structural provisioning, pursuant to manufacturer spec and government spec, for supporting the new CT equipment will be required. All penetrations through walls or floors will require fire-seal using UL listed fire-rated materials. Installation of lead shielding will be required. Re-install equipment, light fixtures, countertops, sink Mechanical: Construction in interstitial spaces will include rework of the HVAC system air distribution to support the separate rooms. Utilities: Medical gas lines will need to be re-rerouted to accommodate relocation of medical equipment using medical gas. Telecommunications lines will need to be re-routed to accommodate relocation of phone lines and internet cabling. Electrical will need to be re-routed to new outlets and switches, including installation of 240 VAC electrical to a ceiling plate to accommodate the CT systems. Miscellaneous: Communication lines will require re-routing from Nurses Station to new area. Fire Protection Sprinklers will require installation in the new area. Temporary upright sprinklers are required to be installed during phases of construction where the ceiling is missing. Fire alarms will need to be moved from what is currently a bathroom to the main area of Phase 1. This project will occur in two phases. Phase 1: Includes all work to ready room S2.276 for the manufacturer installation of government furnished GE Revolution CT APEX EL Digital. Phase 2: Will start upon completion of Phase I, including the availability of the CT for patient use. Phase 2 includes all work to ready room S2-280 for the manufacturer installation of government furnished GE Revolution CT APEX EL Digital. The work will be accomplished within an existing Medical Center with ongoing operations and patients requiring care; therefore, noise pollution, noxious fumes and vibrations need to be taken into consideration. Additionally, construction safety, infection control and site security shall be prime requirements of the work. The period of performance for this scope of work is three-hundred and thirty calendar days from the notice to proceed.  All work is to be performed during construction hours (4:30 PM to 1:30 AM Monday through Friday); work performed outside daily operating hours must have prior approval. If your firm is interested and capable, please send the capability statement outlined above, and any questions you may have from industry such as on suggested period of performance to christine.lindsey@va.gov by 13:00 EST on June 4, 2024. This is not a request for quotes, proposals, or a solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/278daf9f72214f1bae1bcbc198a1f1ee/view)
 
Place of Performance
Address: VA Puget Sound Healthcare System 1660 S Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07072424-F 20240523/240521230055 (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.