Search Contract Opportunities

Construct 12 bed CLC Carrollton, GA: 508-349

ID: 36C77625Q0203 • 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 Trinka Davis Veterans Village 12 bed CLC Minor Construction Project in the Atlanta VA Healthcare System located in Carrollton, GA. PROJECT DESCRIPTION: The project intent is to add 12 beds to the Trinka Davis Veteran s Village. These 12 private rooms will have private bathrooms and will have room for co-sleeper space. The rooms will consist of 10 standard CLC style rooms and 2 Bariatric rooms capable of patients up to 1000 lbs. This new CLC shall be integrated into the existing facility such that staff, patients, and visitors will be able to share spaces; this will be achieved through proximity to the existing facility, physical connection, and maintaining the unique style and aesthetics of the existing facility. This addition to the Trinka Davis Veteran s Village was also identified as an end of life or hospice unit. As such, the spaces will be slightly different than a typical CLC. There will be a commercial kitchen that is not intended to be used by patients; Meals will be prepared by staff and eaten in the Dining Room or a private room. The den is intended to be used for consultation and is to be accessed off the connector to the main facility. There is also a separate ambulance entrance to the addition. Finally, the building is to be designed to follow the VA guidelines for sustainability/LEED Silver rating level, although the actual certification is not intended to be pursued. 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 early to mid-July 2025. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. 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, 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 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. Provide specific examples that relate aspects of previous projects to the proposed project. 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, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by Friday, May 23, 2025, at 5:00 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: Doniver G. Hamilton Contract Specialist Doniver.Hamilton@va.gov Secondary Point of Contact: Joelle M. Mascarenas Contracting Officer Joelle.Mascarenas@va.gov
Background
The Department of Veterans Affairs (VA), specifically the Veterans Health Administration (VHA) through the Program Contracting Activity Central (PCAC), is conducting a market survey to identify potential sources for the Trinka Davis Veterans Village 12 bed Community Living Center (CLC) Minor Construction Project located in Carrollton, GA.

This project aims to enhance the facility's capacity and services for veterans.

Work Details
The project involves adding 12 private rooms to the Trinka Davis Veterans Village, which will include 10 standard CLC style rooms and 2 Bariatric rooms designed for patients weighing up to 1000 lbs. Each room will feature private bathrooms and co-sleeper space.

The new CLC will be integrated with the existing facility, allowing shared spaces for staff, patients, and visitors while maintaining the aesthetic of the current structure. Additionally, this unit is designated as an end-of-life or hospice unit, necessitating specific design considerations.

A commercial kitchen will be included for staff meal preparation, with dining options available in a communal dining room or private rooms. The design will also incorporate a den for consultations accessible from the main facility connector and a separate ambulance entrance.

The building is expected to adhere to VA sustainability guidelines aiming for a LEED Silver rating, although formal certification will not be pursued.

Period of Performance
The estimated duration of the project is approximately 730 calendar days from the issuance of a Notice to Proceed.

Place of Performance
The construction projects will be performed at the Atlanta VA Healthcare System, specifically at Trinka Davis Veterans Village located at 180 Martin Dr., Carrollton, Georgia 30117.

Overview

Response Deadline
May 23, 2025, 5:00 p.m. EDT Due in 0 Days
Posted
May 15, 2025, 3:15 p.m. EDT
Set Aside
None
Place of Performance
Atlanta VA Healthcare System Trinka Davis Veterans Village Carrollton, GA 30117 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$508,349 (value based on agency estimated range)
Odds of Award
16%
Signs of Shaping
The solicitation is open for 8 days, below average for the Program Contracting Activity Central. 97% of similar contracts within the VA Headquarters had a set-aside.
On 5/15/25 Program Contracting Activity Central issued Sources Sought 36C77625Q0203 for Construct 12 bed CLC Carrollton, GA: 508-349 due 5/23/25. The opportunity was issued full & open with NAICS 236220 and PSC Y1DZ.
Primary Contact
Title
Contract Specialist
Name
Doniver G. Hamilton   Profile
Phone
(216) 447-8300

Additional Contacts in Documents

Title Name Email Phone
None Joelle Mascarenas Profile joelle.mascarenas@va.gov None

Documents

Posted documents for Sources Sought 36C77625Q0203

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C77625Q0203

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C77625Q0203

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C77625Q0203

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
May 15, 2025
Last Updated By
doniver.hamilton@va.gov
Archive Date
July 22, 2025