Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOURCES SOUGHT

Y -- 508-22-700 EHRM Infrastructure and Data Center Upgrades Atlanta, GA VAMC

Notice Date
4/9/2025 1:45:04 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77625Q0168
 
Response Due
4/23/2025 10:00:00 AM
 
Archive Date
07/31/2025
 
Point of Contact
Lucretia Maloney, Contract Specialist, Phone: (216) 447-8300
 
E-Mail Address
lucretia.maloney@va.gov
(lucretia.maloney@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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 the EHRM Infrastructure and Data Center Upgrades Construction project at the Joseph Maxwell Cleland Atlanta VA Medical Center located in Decatur, GA. PROJECT DESCRIPTION: The scope of this project includes but not limited to completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for Data Center/Main Computer Room (MCR)/Campus Support Center (CSC) The replacement of the main Data Center in Building 1. Main data center to be relocated and brought into compliance with the OIT standards. Facility Fiber Infrastructure Upgrade fiber optic cables per the OIT standards and reconfigure in a star topology where the Data Center in Building 1 serves as the centralized location and distribution point for new fiber optic backbone cabling within the building. Telecommunication Room (TR) Upgrade new TRs in multiple buildings throughout the campus in compliance with the OIT standard. This includes architectural, electrical, and mechanical work in addition to TR equipment room fittings and cabling. Work Area Outlets (WAO) Upgrade the existing horizontal cabling from the TRs to the WAOs. Upgrade of supporting electrical/mechanical systems. Physical Security upgrade of the data center and TRs to comply with the OIT standards and the Physical Security and Resiliency Design Manual (PSRDM). PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. 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 mid to late-June 2025. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide a cover page with company name, System for Award Management (SAM) 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. As part of this statement, please indicate if your firm is more likely to submit a bid if it is competed as a FAR 14, Invitation for Bid, (Price Only) as opposed to a FAR 15 solicitation which includes technical factors other than price under a Request for Proposal. Would a FAR 15 procurement dissuade you from submitting a proposal? 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. 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 for them for any of the project examples provided. Provide a response to each of the following items: Discuss your specific experience with previous EHRM Infrastructure Upgrade construction projects? What was the dollar value and project title, and what was your role? Describe in detail your company s experience in the following areas: Installing data centers Routing fiber optic and conduit installations Phasing management - 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. This project twill requires a contractor to keep working data centers operational during construction. Migrating existing Telecommunication Rooms (TR) Upgrade computer room air conditioning (CRAC) and mechanical, electrical, and plumbing (MEP) for data centers Describe your experience demonstrating an ability to manage multiple simultaneous construction crews. Section 6: Project Labor Agreement (PLA) - A PLA is defined as a pre-hire Collective Bargaining Agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). The PLA questionnaire must be filled out and returned with the Sources Sought response. The questionnaire can be found at the end of this document. Federal Acquisition Regulation (FAR) 22.503 Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will- (1) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. (c) Agencies may also consider the following factors in deciding whether the use of a project labor agreement is appropriate for the construction project: (1) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (2) There is a shortage of skilled labor in the region in which the construction project will be sited. (3) Completion of the project will require an extended period of time. (4) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (5) A project labor agreement will promote the agency s long term program interests, such as facilitating the training of a skilled workforce to meet the agency s future construction needs. (6) Any other factors that the agency decides are appropriate. See FAR Provision: 52.222-33 Notice of Requirement for Project Labor Agreement and FAR Clause 52.222-34 Project Labor Agreement for further details. Section 7: It is requested that interested contractors submit a response (electronic submission) of no more than nine (9) single sided pages, single-spaced, 12-point font minimum that addresses the above. Please note that hard copies will not be accepted. 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 23, 2025 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Lucretia Maloney Contract Specialist Lucretia.Maloney@va.gov Secondary Point of Contact: Katherine Gibney Contracting Officer Katherine.Gibney@va.gov PROJECT LABOR AGREEMENT (PLA) QUESTIONNAIRE (Please respond to the questions below) 1. Is your company familiar with Project Labor Agreement (PLA) and its use on construction projects? Yes/No Comments: 2. Would your company likely submit a proposal for the VA construction solicitation that requires the use of a PLA? Yes/No Comments: 3. If VA requires a PLA, would your proposed construction cost likely to increase or decrease and what is the likely percentage of cost increase or decrease? Comments: 4. Does the VA requirement to use of a PLA on a construction project restrict competition? Yes/No Comments: 5. Do you expect subcontractor resistance should VA requires the use of a PLA on this construction solicitation? Yes/No Comments: 6. Do you have additional comments regarding the use of a PLA for this project? Comments: --- End of PLA Questionnaire ---
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/717562f0dd274a5c8d95c532cf8d4c7f/view)
 
Place of Performance
Address: Joseph Maxwell Cleland Atlanta VA Medical Center 1670 Clairmont Road, Decatur, GA 30033, USA
Zip Code: 30033
Country: USA
 
Record
SN07403353-F 20250411/250409230101 (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.