Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOURCES SOUGHT

C -- 598-432 | Imaging Center Design | NLR, AR | Elias/Hairston

Notice Date
8/15/2024 11:12:58 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0316
 
Response Due
8/23/2024 11:00:00 AM
 
Archive Date
11/30/2024
 
Point of Contact
Mario Hairston, Contract Specialist, Phone: 2164478300
 
E-Mail Address
Mario.Hairston@va.gov
(Mario.Hairston@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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 construction project at the Central Arkansas Veterans Healthcare Center (CAVHS) located in North Little Rock (NLR), AK. PROJECT DESCRIPTION: CAVHS has a requirement to design and provide support for construction of a new 11,100 GSF (approximately) Imaging Center, renovating approximately 3,500 SF and expanding approximately 7,600 SF to the existing Main Patient Care Building, B170. This project will address the significant demand for Imaging Services at NLR. Currently all imaging services are conducted out of the VA John L. McLellan Facility (JLM) in Downtown Little Rock. Many of the patients that receive care for NLR have to travel to JLM after appointments just for imaging needs. The space will be adjacent to existing parking, have a dedicated entry, and entry from the Main Facility B170. The design for the Imaging Center will be a state-of-the-Art facility fully equipped for provisions or services to house PET-CT, CT Scan, Rad Fluro, ultrasound, X-ray, a dedicated waiting space for the facility, and Administrations and Support spaces to support the Radiology Department continued growth and demand. 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 mid to late October 2024. The North American Industry Classification System (NAICS) code 541310 applies to this procurement. The VAAR Magnitude of Construction is between $10,000,000 and $20,000,000. The estimated construction budget will be provided to the highest rated firm with the RFP. 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 541310. 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 August 23, 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. Primary Point of Contact: Mario Hairston Contract Specialist Mario.Hairston@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4ecd77c07814c808e0598c8d8157255/view)
 
Place of Performance
Address: Eugene J. Towbin VA Medical Center 2200 Fort Roots Drive, North Little Rock, AR 72114, USA
Zip Code: 72114
Country: USA
 
Record
SN07172971-F 20240817/240815230127 (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.