Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Y -- 618-20-205, Centralized Services & Social Distancing COVID DESIGN-BUILD

Notice Date
10/16/2020 6:08:27 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26321Q0050
 
Response Due
10/30/2020 8:00:00 AM
 
Archive Date
11/29/2020
 
Point of Contact
Teresa Kohlbeck, Contract Specialist, Phone: 651-293-3027
 
E-Mail Address
teresa.kohlbeck@va.gov
(teresa.kohlbeck@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT ANNOUNCEMENT 36C26321Q0050 The Department of Veterans Affairs NCO 23 Contracting Office c/o the VA Health Care System (VAHCS) at Minneapolis, MN seeks information on interested vendors for a Design Build Project for the creation of a centralized service area near the facility primary care clinics, as well as, the creation of social distancing barriers within several waiting spaces. This notice is published to conduct market research to determine if there is a sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSBs) capable of performing the requirements to warrant a solicitation set-aside. The North American Industry Classification system (NAICS) code for this acquisition is 236220, Commercial and Institutional Building Construction. The small business size standard is $36.5 million. If warranted, the solicitation will be a 100% set-aside to Service-Disabled Veteran Owned Small Business (SDVOSB), as a Request for Proposal (RFP) for a firm fixed-price contract for the Minneapolis VAHCS. GENERAL SCOPE OF WORK. Design and construct a central check-in and ancillary service area for Primary Care (4D, 4E, 4F) Clinics at the Minneapolis VAHCS. There is approximately 4,500 SF of the 4th floor area (4B/4C) for an expanded centralized service for all three PACT Primary Care Clinics. The centralized service area for the three clinics will allow for efficiency and flexibility in staff requirements for patient check-in, intake, taking of vitals, blood draw and check-out and better serve patients in direction and wayfinding, wait time for appointments, convenience of appointment and for follow-up treatment and future appointments. The current facility blood draw is landlocked within the hospital basement and is frequently full right from when they open at 6 a.m. Blood Draw s waiting room capacity was reduced from approximately 40 to 20 by the COVID epidemic and immediate rooming and other strategies to accommodate patient load have been ineffective in providing safe social distancing of our patients. We are unable to expand this area without negatively impacting adjacent services. Decentralizing blood draw services would allow for Primary Care patients to have their blood drawn on the 4th floor immediately adjacent to where their appointment will be held. This will achieve success on COVID impact items such as: reduction in patients in the current blood draw waiting room and reduction of patient movement through the facility. They will no longer have to go to the basement for blood draw before going to the 4th floor for their appointment. They can report directly to the 4th floor. This project will add a pneumatic tube to the facility system to efficiently move lab specimens for processing. The creation of a centralized service area will allow the facility to effectively create a triage point for loading each individual waiting room. Daily, upon opening, each clinic will room patients as fast as possible and then allow a specified number of patients into the waiting rooms for the next round of appointments. The central service will help control patient flow and can assist with various tasks that have become delayed within the clinic. These items include intake interviews, taking of vitals, provider questions, re-scheduling appointments, and other items. This support area will achieve COVID impact items such as: detailed control of patient flow, close monitoring of waiting room capacity, separation of patient check-in, and other items. This space should include a combination of reception area, exam/consult rooms, offices, blood draw, public restrooms (if existing is displaced during design), and staff locker rooms (if existing is displaced during design). Design and construct social distancing elements in public waiting rooms throughout the facility The areas of work for this portion of the project are: 1P Mental Health - (1000 SF) install social distancing elements. 1R Outpatient Pharmacy (560 SF) install social distancing elements. 2V Surgery Center (1400 SF) install social distancing elements. 2E Eye Clinic (550 SF) install social distancing elements. 2F Specialty Care (1750 SF) install social distancing elements. 3R Pain Center (790 SF) install social distancing elements. 3V GI/Hem Onc (1100 SF) install social distancing elements. 4D Super Clinic (1100 SF) install social distancing elements. This Clinic needs to have the social distancing barriers added to the reception desk; refer to notes in 4E below as well as Attachments regarding Preliminary Layout. 4E Super Clinic (2000 SF) install social distancing elements. There are additional barriers installed at the reception desk; these dividing barriers are to be basis of design for additional work to be performed in Super Clinics 4D and 4F. 4F Super Clinic (2400 SF) install social distancing elements. Additionally, the main reception desk requires the installation of millwork barriers that the facility has already purchased and has in storage onsite. This portion of the project will help isolate and minimize potential spread if illness from patients in waiting rooms to each other. The project will modify some of the most recently renovated waiting rooms to provide smaller seating ""pods"" rather than large open areas. This will be primarily done by using similar elements of millwork, translucent acrylic panels, and clearstory glass. Each area will be designed with items that match the existing clinic finishes. Project Magnitude is between $2,000,000 and $5,000,000. The Contractor shall furnish all labor, materials, tools and equipment required to design and construct the centralized service area near the facility primary care clinics, as well as, create the social distancing barriers within several waiting spaces. The contractor shall completely prepare the site for building operations, including demolition and removal of existing infrastructure, and furnish labor and materials and perform work for to complete this project as required by specifications, drawings, and regulations. CAPABILITY STATEMENT. The Capability Statement is designed to inform the Department of Veteran Affairs of prospective design and construction contractors' project execution capabilities. The responding interested contractors are requested to provide, at a minimum, the following capabilities listed below. Submission is limited to ten (10) pages (8-1/2 x 11, double spaced, 12pt font). The capabilities statement shall include the following information: 1) Offeror's name, address, point of contact, phone number, email address, and DUNS number, 2) Offeror's interest in bidding on the solicitation when it is issued, 3) Offeror's capability to perform a contract of this magnitude, and complexity and comparable work performed within the past five (5) years, 4) Brief description of the project(s), customer name and dollar value of the project(s), 5) Offeror's VetBiz certification (if applicable), Offeror's Joint Venture information-existing and potential (if applicable), 6) Offeror's Bonding Capability in the form of a letter from Surety. Your firm must be able to bond the required amount for this project. INSTRUCTIONS. The determination of acquisition strategy for this acquisition lies solely with the government. The Capabilities Statement for this Sources Sought Request of Information (RFI) is not expected to be a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis 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. Respondents will not be notified of the results of the evaluation. When the solicitation is issued, it will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. All potential sources must register in the System for Award Management (SAM). All Service-Disabled Veteran Owned Small Businesses (SDVOSBs) participating in the Veterans First Contracting Program must be listed as verified in the Vendor Information Pages (VIP) database at the time of submission of offer/quote to receive contract awards under the Veterans First Contracting Program. INTERESTED CONTRACTORS. Provide your Capability Statement via email by 10:00 AM (CT) on October 30th, 2020, to the point of contact listed below. Responses must include this subject line: 36C26321Q0050, Project: 618-20-205, Centralized Services & Social Distancing for COVID POINT OF CONTACT. Teresa Kohlbeck, Contract Specialist, email: teresa.kohlbeck@va.gov. DISCLAIMER. This Sources Sought RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c80045ac8ef24bd58251f7fd2797855c/view)
 
Place of Performance
Address: Minneapolis VA Health Care System (VAHCS) One Veterans Drive, Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN05829905-F 20201018/201016230137 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.