Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

Y -- 605-357 Construct Radiation Oncology Building Loma Linda CA - Design Build (VA-25-00018779)

Notice Date
2/19/2025 11:59:03 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
36C77625Q0129
 
Response Due
2/28/2025 11:00:00 AM
 
Archive Date
06/07/2025
 
Point of Contact
Contract Specialist, Bailey Donato, Phone: 216-447-8300
 
E-Mail Address
bailey.donato@va.gov
(bailey.donato@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 Construct Radiation Oncology Building Design-Build at the Jerry L. Pettis Memorial Veterans' Hospital located in Loma Linda, California. PROJECT DESCRIPTION: Design-Build (DB) Services include Architect and Engineering (DB A/E) design services, site preparation and DB Construction (DB C) services for a new building construction of a radiation oncology clinic at VA Loma Linda Main Campus. The scope of this project covers the design and construction of a new stand-alone radiology oncology building, and includes all surveys of the property, site investigations, existing service and utility ties, geotechnical studies describing sub-surface conditions, and other latent or concealed physical conditions at the site to be completed by the Design-Build (DB) Firm. The DB firm shall furnish all AE design services, materials, supplies, equipment, investigations and project supervision, and construction period services associated with this contract. Architect Engineer (A/E) Services include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to complete site preparation and implementation, of the following equipment: two (2) linear accelerators (LINAC), one (1) computed tomography (CT) based simulator, various computers and monitors for image display, dose calculations, medical documentation, and scheduling. Design work shall include special requirements for LINAC vaults, CT simulator, emergency power, exam rooms, and supplemental spaces. Design shall meet VA design guides, manuals, and all design criteria and VA master specifications at the VA technical information library (TIL) (www.cfm.va.gov/TIL). Design shall follow all current applicable codes, including International Building Codes (IBC), National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC) and Facility Guidelines Institute (FGI), and NCRP and related authorities for radiation protection and vault shielding. The DB contractor shall furnish all labor, materials, supervision, and administration for the construction phase of this contract, and coordination with the equipment manufacturer s representative for specifications and construction guidance documents specific to each respective piece of equipment. The contractor will be required to utilize a qualified medical physicist to provide radiation calculations, testing, and vault certification. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. 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 May 2025. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00 (*lower end of this range). 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 780 calendar days from the issuance of a Notice to Proceed. CAPABILITY STATEMENT: Respondents shall provide a 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 meets the minimum VAAR Magnitude of Construction listed above ($20M). 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: Provide a maximum of three (3) projects completed within the last ten years (10) years in which the Offeror s design-build team has worked together on previous design-build contracts similar in size, magnitude, complexity, and scope to this project. Projects must demonstrate a respondent s design-build experience as a prime construction contractor directly responsible to the owner and managing multiple subcontractors. NOTE: If a prime contractor does not have Design-Build experience, they are permitted to provide up to three (3) relevant non-Design-Build projects that are completed in clinical, hospital or other medical related use space similar in size, magnitude, complexity, and scope to this project. The designer for the team can also provide up to three (3) relevant projects that fall under the requested criteria for the project. A maximum total of six (6) projects may be submitted. *All submission requirements for these projects remain the same and are listed above. Describe your Self-Performed** effort (as either a Prime or Subcontractor) in the project samples. 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 Provide a response to each of the following items: Describe your company s experience managing (prime) a construction project of this magnitude (~$20M)? Discuss your specific experience with previous radiation oncology projects, such as linear vaults, shielding of nuclear medicine and other radiological oncology spaces. (Preferably including the construction of linear accelerator vaults). What was the dollar value and project title, and what was your role? It is requested that interested contractors submit a response (electronic submission) of no more than fifteen (15) 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 7MB in size. Please note that hard copies will not be accepted. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Responses shall be submitted via email to the primary and secondary points of contact listed below by February 28, 2025 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: Bailey Donato Contract Specialist bailey.donato@va.gov Secondary Point of Contact: Jennifer Braaten Contracting Officer jennifer.braaten@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/588afc3ded414c39a571572b28c2c563/view)
 
Place of Performance
Address: Jerry L Pettis Memorial Veterans' Hospital 11201 Benton Street, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN07347318-F 20250221/250219230038 (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.