Search Contract Opportunities

562-184 Consolidate Primary Care Minor Construction - Eria VAMC (VA-24-00001682)

ID: 36C77623Q0411 • Type: Sources Sought

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 Consolidate Primary Care Minor, Construction at the Erie VAMC in Erie, PA. PROJECT DESCRIPTION: Erie VAMC in Erie, PA has a requirement to expand building 1 at Erie VAMC by 11,500 sf for Primary Care. Upon relocation of Primary Care, the space vacated will be minimally renovated for specific care. The provider will evaluate the effective renovation of pharmacy space, and existing specialty care (i.e. eye clinic). Provider will be responsible for all personnel, labor, supervision, materials, tools, and equipment necessary to perform the work as described in the Bid Documents, which include stamped and signed Construction Drawings and Specifications, dated 3/7/2023, and prepared by CB Design Group and their Consultants. The Project A/E (CB Design Group) considered, as part of their services, the required General NPDES Permit for Stormwater Discharges Associated with Construction Activities , PAC 250029. As a requirement of this Permit, the Contractor must be made a co-permittee and enter into an agreement with the permittee, the Erie VAMC. The Contractor should consider this as part of their services. The Contractor must also conduct a Pre-Construction Risk Assessment, and fill the appropriate Form, which should then be approved by the Erie VAMC Safety Officer, prior to the start of construction. 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 either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. 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 August of 2023. The North American Industry Classification System (NAICS) code 236220 applies to this procurement. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The services for this project will include providing all construction related services such as: providing 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, 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 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 June 20, 2023, at 01 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: Emil Reyes Contract Specialist Emil.Reyes@va.gov

Overview

Response Deadline
June 20, 2023, 1:00 p.m. EDT Past Due
Posted
June 12, 2023, 3:12 p.m. EDT
Set Aside
None
Place of Performance
Erie VA Medical Center Erie 16504 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
16%
Signs of Shaping
The solicitation is open for 7 days, below average for the Program Contracting Activity Central. 97% of similar contracts within the VA Headquarters had a set-aside.
On 6/12/23 Program Contracting Activity Central issued Sources Sought 36C77623Q0411 for 562-184 Consolidate Primary Care Minor Construction - Eria VAMC (VA-24-00001682) due 6/20/23. The opportunity was issued full & open with NAICS 236220 and PSC 5680.
Primary Contact
Title
Emil Reyes
Name
emil.reyes@va.gov   Profile
Phone
(216) 447-8300

Documents

Posted documents for Sources Sought 36C77623Q0411

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C77623Q0411

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C77623Q0411

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C77623Q0411

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > PCAC HEALTH INFORMATION (36C776)
FPDS Organization Code
3600-00776
Source Organization Code
100180033
Last Updated
Aug. 19, 2023
Last Updated By
emil.reyes@va.gov
Archive Date
Aug. 19, 2023