SOURCES SOUGHT
Y -- Long-Term Spinal Cord Injury Center LTSCI VA DALLAS
- Notice Date
- 1/28/2022 11:12:41 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
- ZIP Code
- 20420
- Solicitation Number
- 36C10F22Q0020
- Response Due
- 2/17/2022 11:00:00 PM
- Archive Date
- 05/19/2022
- Point of Contact
- Deontrinese Dalton, LTSCI VA Dallas, Phone: 202-256-5809
- E-Mail Address
-
Deontrinese.Dalton@va.gov
(Deontrinese.Dalton@va.gov)
- Awardee
- null
- Description
- Page 5 of 5 Prospective Contractors: This is a Sources Sought Notice and is a preliminary notice for the RFP (Request for Proposal) for a Design-Bid-Build Construction Contract to construct a Long-Term Spinal Cord Injury Facility (LTSCI) at the Dallas VA, North Texas HealthCare Systems. Project Description: VA has a requirement to construct a Long-Term Spinal Cord Injury (LTSCI) Building at the Dallas Campus of the VA North Texas Health Care System as summarized herein and further defined in the bid documents and General Requirements. The Work includes but is not limited to the following facilities: New Building 83 LTSCI, and Renovation of a portion of the Existing Acute Care SCI Building 74. This includes the construction of a new 30 bed LTSCI facility adjacent to and attached with an existing acute Spinal Cord Facility (Building 74) by a new multi-story lobby with at- grade entries on level 1 and level B1. The LTSCI includes a new Outpatient Clinic and a Urodynamic suite at level B1. The LTSCI is divided into 5 pods. Level B1 includes above grade growth space for 30 future residents. Level 1 includes provision for 30 above grade resident bedrooms. Each resident pod accommodates 6 residents with related living and clinical areas. Level 2 includes provision for administrative support areas, offices, interior therapy spaces, and a roof garden area for use by the residents. At level 3 there is a mechanical penthouse. There are provisions for mission critical VA required underground storage tanks. There is an above grade covered connector corridor to be constructed for pedestrian connection to the existing LTSCI parking garage at Level 2. There are underground connections and extensions to the existing underground utility tunnel system. The new LTSCI is designed in accordance with the Physical Security Design Manual for Mission Critical facilities. Also included is demolition/ renovation work in Building 74 area near where the new LTSCI will connect to the existing building. The Project includes an approximate 7400-sq. ft trailer including all utilities and detailed accommodations for swing space provisions during construction IAW layout and location as detailed on drawings and specifications. This trailer will be provided for the duration of construction and until the personnel and services located within the swing space can be relocated to their new facilities within Building 83. Sources Sought Notice The project is anticipated to be a duration or 1092 days from the Notice to Proceed. The project Magnitude is between $100,000,000.00 and $150,000,000.00. The North American Industry Classification System (NAICS) 236220, $36.5M (Commercial and Institutional Building Construction). This source sought notice is for market research purposes in accordance with federal Acquisition Regulation (FAR) Part 10 and is to canvass firms classified under one or more of the following SBA programs: 8 (a), HUB Zone, SDV, WOSB, SDVOSB, and /or VOSB. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this source sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought. Firms interested in submitting their capabilities for this project must include the following information in the cover letter /introduction: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination, and qualifying small business status/certification of Small Business (3) Bonding capacity (from surety). If submitting as a Joint Venture (JV), all JV s must have an agreement, JV entity DUNS, and CVE certification. All SDVOSB firm submitting must provide their CVE certification with date of expiration. Please limit responses to (5) pages. The Contractor capability statement shall include, but not limited to: Government Design-Bid-Build Experience: Provide at least three projects demonstrating previous experience performing similar type of government construction (before mentioned) with a value of at least $100,000,000.00. Design-Bid-Build Experience: Provide at least three in the past five years that demonstrate construction experience with Hospital, Medical Clinic, Healthcare facility construction experience, if not hospital or healthcare facility experiences provide at least three projects of institutional or administration buildings. Capability to perform: Provide a construction management composition for similar type construction Briefly state how this project will be managed. Respondents are requested to submit capability Statements that exhibit clear and convincing evidence of your firm s capabilities and experience to perform the stated project. Please submit capability packages via email to: Deontrinese Dalton at Deontrinese.Dalton@va.gov no later than 1:00pm CST on February 18, 2022, and in the subject line state LTSCI Dallas and [Company Name] . All information concerning this requirement will be posted only on the Contract Opportunities website (https://www.SAM.gov). At the current time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package. All future notices related to this procurement will be posted on the Contract Opportunities website (https://www.SAM.gov) DISCLAIMER This 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://sam.gov/opp/53ffcc75261d44c5bb745d59ec0413f0/view)
- Place of Performance
- Address: VA Dallas VA North Dallas HealthCare Systems 75216, USA
- Zip Code: 75216
- Country: USA
- Zip Code: 75216
- Record
- SN06227811-F 20220130/220129201527 (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 |