Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2023 SAM #7715
SOURCES SOUGHT

Y -- EHRM Infrastructure Updates - Data Center Construction - Grand Junction. CO (VA-22-00087706)

Notice Date
1/9/2023 9:57:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623Q0153
 
Response Due
1/16/2023 11:00:00 AM
 
Archive Date
04/25/2023
 
Point of Contact
bailey.donato@va.gov, Bailey E. Donato, Phone: 216-447-8300
 
E-Mail Address
bailey.donato@va.gov
(bailey.donato@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: 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 EHRM Data Center Modifications Construction project at the Grand Junction VA Medical Center (VAMC) located in Grand Junction, CO. PROJECT DESCRIPTION: This project will include but not limited to the following: Provide labor, materials, equipment, and other services as necessary to infill exterior windows while maintaining building security; modification of mechanical systems and piping; replacement of existing humidifier; installation of a mini-split cooling center; integration of the cooling systems into the Building Automation System; replacing UPS and other power modifications; addition of additional server racks; replacement of or modification of electrical panels; addition of electrical panel; replacing building electrical feeders; and replacing electrical breakers. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. 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. The overall period of performance may be adjusted based on industry feedback to the market research. This project is planned for advertising in late-March 2023. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000.00 and $2,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 180 calendar days from the issuance of a Notice to Proceed (See Section 5 in the Capability Statement Requirements). The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), 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 prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: This project requires the procurement of both the switchgear and transformer substation and subsequent installation which is a critical part of the construction. Through preliminary research, both items appear to have long lead times exceeding the 180 calendar day Period of Performance (POP). In order to solicit with a realistic and feasible POP, we are requesting industry feedback on whether or not the 180 calendar days can be achieved, and if not, input on a POP that can realistically be achieved with the required equipment. Section 6: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic submission) of no more than nine (9) 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, Unique Entity Identifier (if available), 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 January 16, 2023 at 2:00 PM ET. 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Bailey Donato Contract Specialist bailey.donato@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/acfe3de0d28542d2855bd336b97aeb14/view)
 
Place of Performance
Address: 2121 North Ave Grand Junction, CO 81501, USA
Zip Code: 81501
Country: USA
 
Record
SN06559836-F 20230111/230109230107 (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.