Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2019 FBO #6356
SOURCES SOUGHT

Y -- Construction Replacement Warehouse Minor - Prescott

Notice Date
4/17/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Jamahel Fayall;Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77619Q0070
 
Response Due
4/26/2019
 
Archive Date
8/3/2019
 
Point of Contact
Jamahel Fayall
 
Small Business Set-Aside
N/A
 
Description
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 following projects. Construct Replacement Warehouse (Minor) Expansion of Radiology Area Both projects are located at the Northern Arizona VA Health Care System (NAVAHCS) located at 500 Hwy 89N Prescott, AZ, and will be solicitated separately as Design- Bid- Build projects. PROJECT DESCRIPTIONS: Construct Replacement Warehouse (Minor) The scope for this project is a new warehouse facility to replace the existing warehouse buildings in operation since 1908. The new facility will provide approximately 10,930 square feet (measured from interior face of finish) of conditioned storage space on the ground floor and approximately 4,440 square feet of office and support space on the second floor, as well as a new 295 square foot addition dedicated to the mechanical and infrastructure needs of the new building. The new warehouse has been sited in an area directed by the VA special care has been taken to be sensitive to underground utilities located in the area. The new warehouse will provide for efficient loading, unloading, and storage of material while also providing office space needs that are critical to the supply chain logistics of the Prescott VA. The site conditions will include a nearly 30,000 square feet of paving for tractor trailer loading and employee parking plus over 5,000 square feet of hardscape for a recycling storage area, forklift and (2) wheelchair access ramps into the facility. A summary overview of the project objectives through new construction includes: 1. High bay, climate-controlled warehouse storage. 2. Covered warehouse loading dock. 3. Elevated loading dock. 4. Controlled access, climate controlled secured pharmacy storage with separate emergency power for continuous environmental control; 5. Walk-in Refrigerator, for palettized goods. 6. Dedicated area for pallet wrapping. 7. A document reproduction center with space for document shredding; 8. A recharging area for warehouse lift equipment; 9. Flammable material storage 10. Ammunition storage. 11. 1st floor Restrooms to serve staff and delivery drivers. 12. 2nd Floor Offices, including support functions-restrooms, lockers, and staff breakroom; 13. 2nd Floor Conference & meeting rooms 14. The architectural style of the building complements the historic character of the site. Expansion of Radiology Area The proposal received from the NAVAHCS called for an enlargement of the Diagnostic Imaging Department to approximately 14,700 square feet (+/- 10%) by adding new space and remodeling the A wing of the first floor of Building 107. The work is to include a complete demolition of the existing Lab Expansion which consists of approximately 3000 square feet. A summary overview of the project objectives through new construction and renovation includes: 1. An optimized footprint for the department with a centralized waiting room, wide hallways, and sufficiently large rooms for efficient operation of each piece of equipment; 2. A location as close as possible to Building 117 (Outpatient Care) while still providing accessibility to inpatient units. 3. Ground level access for the entire Radiology Department. 4. Future capability of adding a second story that can be accessed from the second floor of Building 107 (provide the structure and utilities necessary for a second floor and if necessary the space for the elevator and access stairs). 5. A full utilities crawl space. 6. Construction that meets the requirements of the VA s Physical Security Design Manual for Mission Critical facilities. 7. High efficiency building shell and HVAC systems that meet the VA s energy requirements for new construction. 8. A design and layout that supports patient privacy and meets the Safe Patient Handling requirements. 9. A design that meets the requirements and objectives of the Women Veterans Health Care program. 10. A domestic water system that minimizes the risk of Legionella to the greatest extent possible. 11. Design elements that minimize the spread of communicable diseases, such as UV sterilizers in the air handlers and use of copper touch surfaces. 12. A design that supports the VA s PACT model. 13. Provide natural light in the new building in order to increase staff productivity and enhance mood of mental health patients. 14. Provide personal control of lighting levels to reduce glare on computer screens. 15. Design the facility to include discrete security and safety features for the patients and staff, paying particular attention to the possible behaviors of patients in severe emotional distress. 16. Implement walls and doors with high sound transmission coefficient ratings, provide check in locations that are as private as possible, and other architectural and engineering controls that allow private communication throughout the facility. 17. The architectural style of the building must complement the historic character of the site. New construction must be approved by the State Historic Preservation Officer prior to construction. PROCUREMENT INFORMATION: The proposed projects will be competitive, firm-fixed-price contracts utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitations will be issued as Requests For Proposals (RFPs) in accordance with FAR Part 15, considering Technical and Price Factors. However, the results and analysis of the market research will finalize the determination of the procurement methods. The type of socio-economic set-asides, if any, will depend upon the responses to this notice and any other information gathered during the market research process. These projects are planned for advertising in early June 2019. In accordance with VAAR 836.204, the magnitude of construction for both projects is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to both procurements. The duration of the Construct Replacement Warehouse (Minor) project is currently estimated at 270 calendar days from the issuance of the Notice to Proceed. The duration of the Expansion of Radiology Area project is currently estimated at 420 calendar days from the issuance of the Notice to Proceed. The services for these projects will include providing all construction related services to include: providing al labor, materials and equipment required to complete the projects as per contract documents prepared by an independent Architect-Engineer firms. 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. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. When responding, please specify which project(s) the response is for. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages that addresses the above information. These responses must be submitted as single application-generated (not scanned) PDF documents that are less than or equal to 4MB in size. Please note that hard copies will not be accepted. Submissions (responses) shall be submitted via email to the primary point of contact listed below by April 26, 2019 at 2:00 PM ET. No phone calls will be accepted. The 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 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Jamahel Fayall - Contract Specialist jamahel.fayall@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-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/dd3c036de7a66dca290ecf22b2786440)
 
Place of Performance
Address: Northern Arizona VA Health Care System;500 Hwy 89N;Prescott, AZ
Zip Code: 86313
Country: USA
 
Record
SN05284524-F 20190419/190417230028 (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.