Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2023 SAM #7968
SOURCES SOUGHT

Y -- 459-307 New Kauai Replacement CBOC DB Matsunaga VAMC (VA-24-00006951)

Notice Date
9/19/2023 11:06:39 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
36C77623Q0537
 
Response Due
10/6/2023 9:00:00 AM
 
Archive Date
12/05/2023
 
Point of Contact
Dawn Schydzik, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
Dawn.Schydzik@va.gov
(Dawn.Schydzik@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 design and construction services for the Replacement Kauai Community Based Outpatient Clinic (CBOC) at the Mark M. Matsunaga VA Medical Center (VAMC) located in Lihu e, Kaua i, Hawaii. PROJECT DESCRIPTION: The goal of this project is to replace the existing CBOC building. The new building is to be adequately sized based on budget constraints and to meet the current and future requirements of the CBOC. The project scope of work includes but is not limited to, providing all labor, materials, tools, equipment, and design-build services necessary for a new Veterans Administration Community Based Outpatient Clinic of approximately 15,000 square feet on a site adjacent to the existing Veterans Center on Kapule Highway in the vicinity of Lihue, Kaua i County, Hawaii. The CBOC shall be constructed using Prefabricated Components Building System or Modular Structures as referred to in Section 8 of VA s Design Guide for Prototypes for Standardized Design and Construction for Community Based Outreach Clinics. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach in FAR Part 36.3 Two-Phase Design-Build Selection Procedures (Final Specifications and Drawings will be provided). This project is planned for advertising in late 2023 to early 2024. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $39.5 million. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. However, 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. 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: 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 eight (8) 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 5MB 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 October 6, 2023 at 12:00 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: Dawn N. Schydzik Contract Specialist Dawn.Schydzik@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8395515bc12426986349b7d70e95f17/view)
 
Place of Performance
Address: 3215 Kauai Veterans Memorial Highway, Lihue, Kauai, HI 96766, USA
Zip Code: 96766
Country: USA
 
Record
SN06837733-F 20230921/230919230058 (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.