Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 29, 2016 FBO #5271
DOCUMENT

Y -- San Diego VAMC Prosthetics Expansion - Attachment

Notice Date
4/27/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70116N0067
 
Response Due
5/16/2016
 
Archive Date
7/15/2016
 
Point of Contact
Scott Elias, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" this Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). 1. REQUIREMENT: The Department of Veterans Affairs Program Contracting Activity Central (VA-PCAC) is seeking interested sources (contractors) for a near-future solicitation to expand the Prosthetics Service located at the San Diego VA Medical Center 3350 La Jolla Village Dr, San Diego, CA 92161. 2. DESCRIPTION OF WORK: Provide services to include all tools, labor, materials, and supervision necessary to design and construct all applicable demolition, new construction, hazardous material abatement, fire protection system modifications, security system modifications, utility system modifications (mechanical, plumbing, and electrical), and any other related construction necessary for Project 664-501, Relocate and Expand Prosthetics in Building #1 at VA Medical Center, San Diego, CA. The project shall include demolition (5207sf) expansion (6268sf); renovation (5207sf). All work shall be designed, constructed and phased to limit disruptions to the existing medical center. Project site and overall medical campus has very limited laydown areas. Project should be executed with close coordination and just-in-time delivery of materials. 3. PROCUREMENT INFORMATION: The Department of Veterans Affairs Program Contracting Activity Central (VA-PCAC) is planning to procure the San Diego VA Medical Center project in accordance with procedures outlined in Advisory Multi-Step Process FAR Part 15.202; Design/Build Selection Process (FAR 36.303). The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The period of performance for this project is estimated to be 690 calendar days after notice to proceed is issued. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. 4. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. 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. Please provide the following in your response: "No more than three (3) contracts that your company has performed within the last five (5) 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. Section 5: Provide the prime contractor's available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 6: Provide the offeror's current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 8 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, 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 point of contact listed below by May 16, 2016 at 1:00 PM (EDT). 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. Contracting Office Address: VA Program Contracting Activity Central (VA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Scott Elias Contracting Officer scott.elias@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b5b33a0380f26355449a729ccdb67d9)
 
Document(s)
Attachment
 
File Name: VA701-16-N-0067 VA701-16-N-0067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2697222&FileName=VA701-16-N-0067-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2697222&FileName=VA701-16-N-0067-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: San Diego VA Medical Center;3350 La Jolla Dr.;San Diego, CA.
Zip Code: 92161
 
Record
SN04097944-W 20160429/160427235122-7b5b33a0380f26355449a729ccdb67d9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.