Federal Bid

Last Updated on 26 Apr 2024 at 3 PM
Sources Sought
Independence Ohio

C1DB--Expand MB Specialty Clinic (VA-24-00065167)

Solicitation ID 36C77624Q0210
Posted Date 26 Apr 2024 at 3 PM
Archive Date 08 Aug 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pcac Health Information (36c776)
Agency Department Of Veterans Affairs
Location Independence Ohio United states 44131
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 Professional Architect/Engineer (A/E) and healthcare planning services necessary to Expand MB Specialty Clinic- Charleston VAMC. PROJECT DESCRIPTION: Provide professional engineering services to construct an addition to the Myrtle Beach Specialty Clinic to provide additional Dental space. 8,950 SF of new space will be constructed. 50 additional parking spaces will be created to support the clinic. As a part of the design, project will include segregated spaces for pandemic dental procedures with appropriate airflows. All spaces shall be sized and designed in accordance with the VA Technical Information Library and all applicable other codes and standards. The medical gas system shall be designed in accordance with NFPA 99 and all other applicable codes and standards. The building IT system shall be designed in accordance with the VA EHRM, EIA/TIA, and all other applicable codes and standards. All rooms shall have all utilities and fixtures necessary to perform the required services and the utilities shall be arranged in a functional manner. All rooms shall have the required blocking to support the necessary equipment. All floor and wall materials shall be high durability and facilitate easy cleaning and prevent contamination and match the existing building. The interior colors shall comply with the Charleston Interior Design Guide to match the existing building. All colors and materials shall be submitted and approved by the Interior Designer during the design process. The building architecture, materials, and colors shall match the existing building. The structural engineer shall verify the seismic requirements, if any, of the building. Life Safety shall be designed in accordance with the latest NFPA 101. See attached SOW for full description of work. 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. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. VAAR magnitude of construction is between $10 million and $20 million. 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 541310. 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 (5) 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. Include a narrative for each project that relates the submitted project to the subject requirement in terms of size, scope, and complexity. Describe specific technical skills your company possesses 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, 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 May 10, 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: Johnna McGraw Contract Specialist [email protected] Secondary Point of Contact: William Henkel Contract Officer [email protected]
Bid Protests Not Available

Similar Past Bids

Franklin North carolina 23 Jun 2020 at 2 PM
Leeds Massachusetts 20 Jul 2023 at 12 PM

Similar Opportunities

Richmond Virginia 17 May 2024 at 7 PM
Colorado 20 May 2024 at 4 AM (estimated)
Colorado 20 May 2024 at 4 AM (estimated)
Colorado 20 May 2024 at 4 AM (estimated)