Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOURCES SOUGHT

Y -- Expand Primary Care St. Albans, NY Ancillary Diagnostic Services MINOR DESIGN 630-522 VISN 02 (VA-22-00020246)

Notice Date
4/21/2022 5:37:10 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0260
 
Response Due
4/28/2022 11:00:00 AM
 
Archive Date
08/05/2022
 
Point of Contact
Shardae Webb, Contract Specialist, Phone: (216) 447-8300 x3358
 
E-Mail Address
shardae.webb@va.gov
(shardae.webb@va.gov)
 
Awardee
null
 
Description
INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes this Sources Sought Notice is for information and planning 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 Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide all necessary Architect/Engineer services to complete construction documents and specifications for the Expand and Renovate Primary Care for Ancillary Diagnostic Services at the New York Harbor Healthcare System- St Albans Campus. PROJECT DESCRIPTION: This project consists of 1176 SF of new construction for a new entrance on the north side of the new CBOC. It also will require a complete gut and renovation of existing Primary Care Outpatient Clinic space. The new Ancillary Diagnostic Services Module will be organized to fully implement the Patient Aligned Care Team (PACT) principles and the spatial layouts that support this model of care, extensive renovations are required. Unlike its current configuration in which the existing clinics are bisected across an expansive 18 -0 corridor leading to the auditorium, the new proposed layout has a single loaded public corridor along the front side of the clinic. This layout proves to be the most efficient, decreasing on the amount of circulation space that can be repurposed as patient care areas, and significantly improves way-finding for patients and visitors. Along this same corridor, connectivity is proposed to the former RRTP building where the newly consolidated Administrative Services are proposed to be housed (not part of this project). In addition to public spaces such as reception, public toilets, education/classroom and shared medical appointments, the front bar of components also include modules for Radiology, Pharmacy and Laboratory. Those services are strategically placed at the front of the clinic to facilitate patient flow to those Veterans coming to the clinic strictly for those services. This renovation, when finished will support the Ancillary and Diagnostic services provided within the St. Albans CBOC. Those services are strategically placed at the front of the clinic to facilitate patient flow to those Veterans coming to the clinic strictly for those services. This renovation, when finished will support the Ancillary and Diagnostic services provided within the St. Albans CBOC. To include: Dental, Mental Health, Medical Specialties and Optometry. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing FAR 36 A-E Services and the Brooks Act. This notice is to determine if there are qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns that are capable of completing this project. The type of socio-economic set-aside will depend upon the responses to this notice and any other information gathered during the market research process. The North American Industry Classification System (NAICS) code 541310 (size standard $8 million) applies to this procurement. This project is planned for advertising in October of 2022. The estimated cost of the construction of the design is estimated between $10 million and $20 million. The duration of the project is currently estimated at 400 calendar days from the issuance of a Notice to Proceed. The services for this project will include all preliminary planning and special services, preparation of design drawings and specifications, construction period services and site visits. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: 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 541310. 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages, single-spaced, 12-point font minimum 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. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by April 28 ,2022 2:00 PM EST. No phone calls will be accepted. The Capabilities Statement submitted in 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 Contract Opportunities at https://sam.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: Shardae Webb, Contract Specialist Shardae.Webb@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/954547fea87b407d8d4c311ab2126db5/view)
 
Place of Performance
Address: St. Albans VA Medical Center 179-00 Linden Boulevard, Queens, NY 11424, USA
Zip Code: 11424
Country: USA
 
Record
SN06304760-F 20220423/220421230117 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.