SOURCES SOUGHT
Z -- ICU Renovation VAMC San Francisco
- Notice Date
- 10/22/2024 3:27:46 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26125R0009
- Response Due
- 10/29/2024 2:00:00 PM
- Archive Date
- 02/05/2025
- Point of Contact
- Christopher Whipple, Contract Specialist, Phone: 702-791-9000 x13957
- E-Mail Address
-
christopher.whipple@va.gov
(christopher.whipple@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A MODIFIED SOURCES SOUGHT NOTICE Subject: Modified Sources Sought Notice, Project No. 662-23-101, ICU Renovation- VA San Francisco Healthcare System The purpose of this Modified Sources Sought Notice is to extend the end date of the original posted Sources Sought Notice for RFP 36C26125R0009. No other changes are made to the original Sources Sought Notice. The due date for this Modified Sources Sought Notice is no later than (NLT) 10/29/2024 by 14:00 PST. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. Although proposal, offeror, contractor, and offeror may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction. This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. Background: The San Francisco VA Medical Center requires the services of a qualified General Contractor to construct Project 662-23-101, Renovate ICU to Airborne Infection Isolation Standards. The general scope of this requirement is to construct via extensive renovation a modern Intensive Care Unit comprising 10 patient rooms with surge capacity to 12. Four rooms that are dedicated Airborne Infection Isolation and two that are configurable, allowing for a maximum of eight such patients within the Unit. The nature and requirements of this construction are fully exhibited in the attached Construction Documents which include complete drawings and specifications. The vendors must demonstrate the ability to meet all requirements for this notice. See Statement of Work and additional attachments for all details. The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction., and the small business size standard is $45M. PSC Code is Z1DA, Maintenance of Hospitals and Infirmaries. In accordance with VAAR 836.204(h) Disclosure of the magnitude of construction projects is anticipated between $10,000,000.00 and $20,000,000.00. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/. INSTRUCTIONS: Because the solicitation strategy (to include determination of small business set-aside, if any) is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, a through which should be limited to a brief description, two-three (2-3) pages (including cover letter). If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include past experience (within the past five years) in similar in both in magnitude and scope services to the VA, other Government (Federal or State) agency, or for a private facility. Include general information, a brief description of the work, and total magnitude of each project. BUSINESS SIZE - Indicate whether your business is large or small. If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business. SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). Include the CAGE or Unique Entity Identifier (UEI) number of your firm on your response. Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). QUESTIONS Please provide answers to the following questions: Does the magnitude of constructions seem feasible? Is the period of performance listed in the statement of work reasonable? Has your firm performed on a similar project in scale to this ICU Renovation Project? If so, how recent? Has your firm completed an ICU Renovation for a 24hr building? What would be your proposed general method? Will the ICU Renovation project require any power interruptions to the site? If so, what is your firm s plan to provide uninterrupted power while working at the location? Has your firm had previous experience with working with the government or the VA specifically? This work will require experienced trade personnel. Are such employees on staff or will the service need to be subcontracted? If a subcontractor is needed, how long or how many previous jobs of similar scale and scope have your firms worked together? Does your firm anticipate any supply chain delays? Do you consider the current period of performance of 420 calendar days reasonable for project completion? The sources sought response is due no later than (NLT) 10/29/2024 by 14:00 PST. Please submit your e-mail responses to Christopher Whipple, Contract Specialist, at email address: christopher.whipple@va.gov. Please place ICU Renovation, VASFHCS San Francisco in the subject line of your email. This notice is to assist the VA in determining sources only. See Attachments: Statement of Work (SOW) 9-11-2024 Drawings Specifications ----- End of Sources Sought -----
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aab61d36f1e84ba2a913bb6171038bc2/view)
- Place of Performance
- Address: Department of Veteran Affairs VA San Francisco Healthcare System 4150 Clement St, San Francisco 94121, USA
- Zip Code: 94121
- Country: USA
- Zip Code: 94121
- Record
- SN07246815-F 20241024/241022230107 (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 |