Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

C -- 539-336 - Design Inpatient Tower 7th Floor

Notice Date
6/27/2023 10:56:06 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623Q0434
 
Response Due
7/10/2023 11:00:00 AM
 
Archive Date
07/25/2023
 
Point of Contact
Brett Meister, Contract Specialist, Phone: 216 447 8300
 
E-Mail Address
Brett.Meister@va.gov
(Brett.Meister@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: INTRODUCTION: This 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 Design of the Inpatient Tower 7th Floor at the Cincinnati VA Medical Center located in Cincinnati, Ohio PROJECT DESCRIPTION: This contracted work includes preparation of drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract in order to renovate approximately 6,000 Gross Square Feet (GSF) of Building No 1 for the Construct Inpatient Tower 7th Floor Project. The entire area is involved in this project. The work involved will construct a 6000 SF addition on top of the 6th floor addition to be used for inpatient mental health programs and clinics. Additionally, this project will renovate existing Mental Health space on the 7th floor. Asbestos and lead-based paint abatement is part of this project. As this is an occupied and secured space, planning for phasing the construction work is required. Construction period services to include submittal/shop drawing review, answering questions, issuing amendments, site visits, creating bulletins/change order documentation (including cost estimates), review of contractor proposals for additional work, participation in punch list inspections, and the creation of record drawings. In addition, the A/E will be expected to work with a 3rd Party Commissioning Firm, via a separate contract with the VA. The above A/E SOW constitutes a basic outline of work and in no way outlines all of the details for the design of this project. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the original construction drawings/record drawings for the space are available for A/E use. The contractor shall furnish a complete design package to include plans, architectural, structural, electrical, mechanical, views, details, sections, elevations, shop drawings, independent fire/safety review, BIM record drawings, edited specifications, site visits, commissioning, and related information as required by the contract. Provide a Certified Industrial Hygienist (CIH) report, include abatement design drawings and/or specifications as well as other input into the specifications, provide an Asbestos/Lead-Based Paint Abatement Final Report with a cost estimate, and provide asbestos abatement monitoring/oversight. A survey and testing of suspect hazardous materials must be specifically conducted and reported in accordance with 40 CFR 763.85, Inspections; 763.86, Sampling; 763.88, Assessment. The Inspector must meet the training and certification requirements of 40 CFR 763 and Appendix B to Subpart E of Part 763, in addition to Ohio EPA Codes. They must provide copies of current training certificates and Ohio license. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 Early August 2023. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $9,500,000.00. 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 541330. 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 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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 shall be submitted via email to the primary point of contact listed below by July 10, 2023, at 02:00 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. Primary Point of Contact: Brett Meister Contract Specialist Brett.Meister@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2828448aec724ffda90833c658242439/view)
 
Place of Performance
Address: Cincinnati VA Medical Center 3200 Vine Street, Cincinnati, OH 45220, USA
Zip Code: 45220
Country: USA
 
Record
SN06730100-F 20230629/230627230049 (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.