Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2019 FBO #6252
SOURCES SOUGHT

Y -- Site Prep DR rooms OM,LIN,GI - NWI Design/Build (VA-19-00002254)

Notice Date
1/3/2019
 
Notice Type
Synopsis
 
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
36E77619Q0020
 
Response Due
1/17/2019
 
Archive Date
2/16/2019
 
Point of Contact
William.henkel@va.gov
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: INTRODUCTION: 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 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 Site prep for DR room OM, LIN, and GI project at the Omaha VA Medical Center (VAMC). This is a DESIGN-BUILD project. PROJECT DESCRIPTION: The purpose of this project is to ensure the Omaha Nebraska VA Medical Center has the capabilities to meet the inpatient x-ray needs of Veterans. A successful contractor shall provide Design-Build services to renovate and site prepare five (5) separate rooms for the installation of new Samsung Digital X-Ray Radiography Systems in the Omaha, NE VAMC. The modifications to the five separate rooms will total approximately 4000 square feet and shall include, but not be limited to, the flooring, casework, painting, patient lifts, structural for the patient lifts, structural for the x-ray system, plumbing, HVAC, electrical and low voltage systems. The existing x-ray system will be removed by Samsung. A successful contractor shall provide Design-Build services to renovate and site prepare the rooms for installation of new X-Ray Radiography Systems. Design-Build services shall be based on the final equipment drawings for each site, however, full construction documents shall be developed by the contractor. Where equipment, temporary installations, ingress/egress restrictions or any other consideration is necessary for infection control purposes such requirements and associated drawings and specifications shall be provided. The successful contractor will provide shop drawings, testing, operating instructions, and all other submittals as appropriate based on the specifications required. Additionally, the contractor will dispose of old removed parts and components after checking with VA staff if any should be retained by VA as replacement parts. The equipment vendor shall separately demolish the existing imaging equipment. Finally, the contractor shall clean up and return affected work areas to original condition. 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. This project is planned for advertising in February of 2019. In accordance with VAAR 836.204, the magnitude of construction is between $250,000 and $500,000. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 180 calendar days from the issuance of a Notice to Proceed. However, 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. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: 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.). 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. 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. It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by January 17th at 4:30 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. If a solicitation is released it will be synopsized on FedBizOpps at https://www.fbo.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) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: William Henkel Contract Specialist William.henkel@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/ed052d89cf710d2f8279497351d6cc09)
 
Place of Performance
Address: 4101 Woolworth Ave, Omaha, NE 68105
Zip Code: 68105
Country: USA
 
Record
SN05185982-F 20190105/190103230013 (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.