Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2024 SAM #8150
SOURCES SOUGHT

Z -- 689A4-22-700 EHRM Infrastructure, Newington - CONSTRUCTION (VA-24-00028377)

Notice Date
3/19/2024 10:00:44 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
36C77624Q0114
 
Response Due
3/25/2024 11:00:00 AM
 
Archive Date
04/01/2024
 
Point of Contact
Brett Meister, Contract Specialist, Phone: 216 447 8300, Jason Schultz, Phone: 2167913800
 
E-Mail Address
Brett.Meister@va.gov, jason.schultz@cva.gov
(Brett.Meister@va.gov, jason.schultz@cva.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 Construction for the project 689A4-22-700 Newington, CT EHRM Infrastructure Upgrades Construction project at the Newington VA Medical Center VAMC. 555 Willard Ave, Newington, CT 06111 PROJECT DESCRIPTION: This project addresses deficiencies within the built environment of the IT and Communication Service Lines and prepares the campus for the EHRM upgrade that is happening nationally. �The following buildings have been identified as having deficiencies to address: 1C, 2E, 2C, 2W, 3, 12, 32, 33, 34, 42, 65 and the site. This project does not address IT firewalls or access issues within the VHA network. It does address cabling requirements, labeling standards, equipment clearances, environmental controls, and new telecommunication room (TR) locations. Main Computer Room (MCR) Scope includes: Telecommunications Scope Provide (10) new network cabinets. Provide (2) new MDA Cabinets (A & B Path). Provide (2) new HDA Cabinets (A & B Path). Provide new cable trays, cable-mounted structured cabling racks, and grounding. Provide new grounding for all cabinets and raised flooring. Provide Main and Horizontal Distribution Provide new fiber serving all TRs on station. Pre-terminated fiber will be used within the MCR. Provide new copper cabling. Telecommunications' scope shall be phased as indicated on the drawings to maintain service. A Path will be brought online first, and then the B path. Electrical Scope Provide new emergency power service to new cabinets, resulting in 2N redundancy. Provide a new redundant power bus for all existing and new cabinets/racks. Provide new UPS for A and B branches. Provide new lighting and convenience receptacles. Provide emergency electrical power off switch. Provide new electrical service to include emergency and normal branches. HVAC Scope Provide new Computer Room Air Conditioner (CRAC) units and redundant (2) new 30-ton downflow CRAC units. Provide new return plenums; supply air will be delivered below the raised floor level. Provide �Hot Aisles� and �Cold Aisles� configurations for network cabinets. Provide blanking panels on new cabinets to segregate hot and cold aisles. Provide cabinet hot exhaust modifications to optimize return air. Provide emergency HVAC power off switch. Provide a new remote monitoring/alarm system for MCR and additional HVAC sensors per the ISTS. Architectural Scope Provide renovated MCR per EHRM requirements. Raised flooring will be replaced with a phased solution to maintain operations. Remove interior partitions in existing MCR to provide more space for renovation. Remove the existing ceiling and replace all services. Fire Protection Scope Provide new wet pipe fire protection zoning to be a dedicated zone. Provide new gaseous clean agent fire suppression system and controls. Provide a new below-floor clean agent system. Security Scope Provide new security cameras and PACS system. 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 a Request For Proposal (RFP) in accordance with FAR Part 15 or FAR Part 14 (decided on a later date), considering Technical and Price Factors. 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 early April 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45 million) applies to this procurement. The duration of the project is currently estimated at 580 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction-related services such as 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, UEI (Unique Entity Identifier) number, 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. Indicate if your firm would be interesting in submitting a bid based on price only, a proposal based on price and non-price factors, or both.� Section 4: Provide the prime contractor�s available bonding capacity (Single & Aggregate) 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 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 source 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 March 25, 2024 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: Brett Meister Contract Specialist Brett.Meister@va.gov Secondary Point of Contact: Jason Schultz jason.schultz@va.gov Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/660b4722966e4f778d2794080e1f88a5/view)
 
Place of Performance
Address: Newington VA Medical Center 555 Willard Ave, Newington, CT 06111, USA
Zip Code: 06111
Country: USA
 
Record
SN07002274-F 20240321/240319230053 (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.