SOURCES SOUGHT
Y -- 668-318 Renovate and Expand Community Living Center Minor Construction - Spokane VAMC
- Notice Date
- 6/8/2023 6:58:51 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
- 36C77623Q0408
- Response Due
- 6/15/2023 10:30:00 AM
- Archive Date
- 09/22/2023
- Point of Contact
- Samuel Cornwell, Contract Specialist, Phone: NA, Fax: NA
- E-Mail Address
-
samuel.cornwell@va.gov
(samuel.cornwell@va.gov)
- Awardee
- null
- Description
- 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 Renovate and Expand Community Living Center (CLC) minor construction project at the Mann-Grandstaff VA Medical Center (VAMC) 4815 N Assembly St, Spokane, WA 99205. PROJECT DESCRIPTION: This project will expand the existing Community Living Center by 9900 square feet and renovate approximately 20,000 square feet of existing space. The new and existing space will be constructed to the current CLC community living standards. Part of the new construction includes a connecting corridor and elevator to the adjacent physical therapy building. Exterior entrance and other outside work is included to meet PSDM standards, CLC and rehabilitation medicine are both foundational services. The current space has not been updated since 1985 and does not meet current community standards of care. Primary purpose of the CLC is rehab and hospice care, not long-term care which provided in community nursing homes. The CLC will continue to provide rehab and hospice care with no increase in beds. 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 as an Invitation for Bid (IFB) in accordance with FAR Part 14. 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. This project is planned for advertising in August of 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction-related labor, materials, and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITIES STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1 (cover page): Include a cover page that provides, at a minimum, company name, address, SAM UEI number, socio-economic status, and 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 (single and aggregate) in the form of a letter of intent from your bonding company. Section 5: Provide the type of work your company has performed in the past in support of similar requirements. 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, scope, and complexity to this requirement. Include the project name, project owner and their contact information, project scope, project size (e.g., square footage), building use (e.g., Medical Facility, Office Building, etc.), project dollar value, and start and completion dates. Describe specific technical skills and key personnel your company possesses to perform the requirements listed under the description of work. Describe your self-performed* effort (specify as either prime or subcontractor) in terms of dollar value and work completed. *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 eight (8) 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 4MB or less. Please note that hard copies will not be accepted. Responses must include the Sources Sought number and project title in the subject line of the email. Responses shall be emailed to the primary point of contact listed below by 1:00 PM ET on June 15, 2023. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered a bid or proposal. This notice is for information and planning purposes only and is not 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. Currently, 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 (PCAC) 6100 Oak Tree Blvd., Suite 490 Independence, OH 44131 Primary Point of Contact: Samuel Cornwell Contract Specialist, samuel.cornwell@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa4e1a81fa81445789f8c2091875ba1f/view)
- Place of Performance
- Address: Spokane VAMC 4815 N Assembly St, Spokane, WA 99205, USA
- Zip Code: 99205
- Country: USA
- Zip Code: 99205
- Record
- SN06709837-F 20230610/230608230117 (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 |