SOURCES SOUGHT
Y -- Site Preparation/Renovation for Installation of SPECT/CT Design/Build
- Notice Date
- 12/5/2019 12:57:16 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36E77620Q0012
- Response Due
- 12/19/2019 8:59:59 PM
- Archive Date
- 03/27/2020
- Point of Contact
- Yolanda M. RayDepartment of Veterans AffairsProgram Contracting Activity Central6150 Oak Tree Blvd, Suite 300Independence, Ohio 44131
- E-Mail Address
-
yolanda.ray@va.gov
(yolanda.ray@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- 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 to facilitate a SPECT/CT Site Preparation at the Charlie Norwood Veterans Affairs Medical Center (VAMC) located in Augusta, Georgia. This will also include site prep to support the relocation of an existing Siemens Symbia nuclear camera. 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 February 2020. 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 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. REQUIREMENTS:This project provides renovation in Room 2D-165 for the SPECT CT renovation project at the Charlie Norwood VAMC. The work includes demolition of existing walls, flooring and ceiling. Reworking the HVAC ductwork in the area and adding approximately two (2) Tons of conditioned air added into the new equipment room. New finishes, including installation of lead lined walls / lead shielding, lead lined entry doors and frames, and leaded viewing windows. The work also includes asbestos abatement (evaluation and or work depending) and installation of new medical grade flooring (plus any required flooring patch work. Electrical work including but not limited to new electrical feeder circuit, conduits runs, new LED lighting, dimmer switches, additional electrical circuits, and network (ethernet) cable pulls / installs. Installation of a sink in included and work with Medical Gases may be required as determined during the design phase of the project. Work also includes acoustical tile grid and ceiling work and painting.This project also provides the site preparation work necessary to accommodate the re-location of an existing Siemens Symbia nuclear camera within room 2D-165. The design build-team will be required to evaluate the re-location area and determine if new flooring and abatement is needed to accommodate (based on Siemens drawings and requirements). If abatement and or new flooring is required, the scope of work calls for that work to be completed. Floor leveling requirements will need to meet the standards of the camera manufacturer (Siemens).All work is to be performed at Charlie Norwood VA Medical Center (Augusta Downtown) in accordance with the Statement of Work, Specifications, Drawings, Equipment Manufacturer (Siemens) requirements, Federal, State, and Local Codes. Further information will be provided at time of solicitation. All work is to be performed at Charlie Norwood VA Medical Center (Augusta Downtown) in accordance VA TIL; Master Specifications; PG 18-15 - A/E Submission Requirements; Design Guides; Design Manuals; Standard Details; Design Alerts; Quality Alerts (www.cfm.va.gov/til) and all other applicable Federal, State, and Local Codes. Contractor is required to follow latest TIL guides and Master Specification, no exceptions. Latest TIL documents / Master specifications shall be followed even if new updates to the guides/ specification are released during the Bid / Award process / design 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. Section 6: Provide a list of past performance / references of similar projects your company has completed (minimum 4). If past performance on Government / VA projects is available, please include that. Past performance for similar projects involving SPECT CT installs or other similar Radiology Nuclear Camera and or CT systems is preferred. Past performances / references should include project title, project location, concise list of relevant work completed for that project, and a POC at the reference site if available.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 Thursday, December 19, 2019 @ 11:59 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 AffairsProgram Contracting Activity Central (PCAC)6150 Oak Tree BoulevardSuite 300Independence, Ohio 44131Primary Point of Contact:Yolanda M. Ray, Contracting Officer Email: yolanda.ray@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c1b0d1a48f0b4a5595875e8e44618c1a/view)
- Place of Performance
- Address: Department of Veterans Affairs;Charlie Norwood Veterans Affairs Medical Center;950 15th Street;Augusta, Georgia 30904, USA
- Zip Code: 30904
- Country: USA
- Zip Code: 30904
- Record
- SN05510500-F 20191207/191205230249 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |