SOURCES SOUGHT
C -- SPECT/CT (Room 2C-118) Design Build Site Preparation, West Roxbury, MA
- Notice Date
- 3/8/2019
- 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
- 36E77619Q0041
- Response Due
- 3/22/2019
- Archive Date
- 6/20/2019
- Point of Contact
- Independene, OH 44131
- Small Business Set-Aside
- N/A
- Description
- In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission. PROJECT DESCRIPTION: The Program Contracting Activity Central (PCAC) is seeking a potential contractor to provide all labor, supervision and all other resources for the professional services for site preparation for the installation of new equipment in Room 2C-115 of Building 3, West Roxbury Division of the Veterans Affairs (VA) Boston Healthcare System in West Roxbury, Massachusetts. This is a Design-Build project. ADMINISTRATIVE: 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 May 2018. In accordance with VAAR 836.204, the magnitude of construction is between $500,000.00 and $1,000,000.00. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $36.5 million. The duration of the project is currently estimated at 380 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. REQUIREMENTS: This project will provide construction of utility services and finishes necessary in the designated locations to allow for the installation of 2 x Siemens Symbia Intevo SPECT/CT by the Equipment Contractor. The project will have to be phased in which one system must be up and running continuously. The work shall include, but not limited to, all labor, transportation, materials, apparatus, tools, equipment and permits necessary to provide for the extension of the room, removal of the existing flooring, ceiling, sinks, casework, doors and installation of new flooring, ceiling, casework, doors, sinks, lighting, painting, patient lift system and relocation of electrical work. 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 ten (10) 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 Friday, March 22, 2019 @ 1:00 p.m. Eastern Local Time. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be a bid or proposal. 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. The Government reserves the right to consider a small business, SDVOSB, VOSB or the (8) a program based on the responses received. Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, Ohio 44131 Primary Point of Contact: Gregory Parker, Jr., Contract Specialist Email: gregory.parkerjr@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAR-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/07b83d21374fa35171647382c9c38376)
- Place of Performance
- Address: VA Boston Healthcare System;West Roxbury Division;1400 VFW Parkway;West Roxbury, Massachusetts
- Zip Code: 02132
- Country: USA
- Zip Code: 02132
- Record
- SN05244650-F 20190310/190308230024 (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 |