Search Contract Opportunities

564-705 | Renovate and Expand PC for ED | Minor Design Fayetteville, Arkansas

ID: 36C77624Q0254 • Type: Sources Sought

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 VA Healthcare System of the Ozarks in Fayetteville, AR PROJECT DESCRIPTION: The VA Medical Center has a requirement to Renovate and Expand Primary Care for Primary Care for the Emergency Department at the VA Healthcare System of the Ozarks in Fayetteville, AR. A/E Part One Services (also known as Design Phase) for this design project includes 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 Renovate and Expand Primary Care for the Emergency Department. This project will renovate 12,000 gross square feet of space and add 2,500 new gross square feet for the Emergency Department. This work will be accomplished in multiple phases and will require extensive coordination with operations in the adjacent spaces. Meetings with clinical staff to determine the needs of the different units and functions will be needed. An already designed 150 square foot self-contained decontamination room must be incorporated into the design. Complete demolition and renovation include, but are not limited to, the following: 16 exam/treatment rooms, dedicated radiography room, dedicated resuscitation room, pneumatic tube system, staff locker rooms, police substation, staff workstations, more storage, new lights, ceiling, floors, doors and hardware, paint, handrails, cove base, phasing plans (including swing space), commissioning, architectural plans with furniture, fixture and equipment plans and layouts, etc. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visit per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. All Part Two Services are optional line items and will not be exercised at the time of award. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of VHSO record drawings will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. 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 early July 2024. The North American Industry Classification System (NAICS) code 541310 applies to this procurement. The magnitude of construction is between $10,000,000.00 and $20,000,000.00 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 June 24, 2024 at 1:00 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: Amy Graham Contract Specialist Amy.graham@va.gov
Background
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 VA Healthcare System of the Ozarks in Fayetteville, AR. The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing 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.

Work Details
The VA Medical Center has a requirement to Renovate and Expand Primary Care for the Emergency Department at the VA Healthcare System of the Ozarks in Fayetteville, AR. The A/E Part One Services for this design project includes 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 Renovate and Expand Primary Care for the Emergency Department. This project will renovate 12,000 gross square feet of space and add 2,500 new gross square feet for the Emergency Department.
A/E Part Two Services includes responding to construction contractor Requests For Information (RFIs) during the solicitation and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visits per month during construction to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability.

Period of Performance
The project is planned for advertising in early July 2024.

Place of Performance
VA Healthcare System of the Ozarks, 1100 N. College Ave, Fayetteville AR

Overview

Response Deadline
June 24, 2024, 1:00 p.m. EDT Past Due
Posted
June 13, 2024, 2:59 p.m. EDT
Set Aside
None
Place of Performance
Department of Veterans Affairs VA Healthcare System of the Ozarks Fayetteville 72703 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$10,000,000 - $20,000,000 (value based on agency estimated range)
Odds of Award
16%
Signs of Shaping
91% of similar contracts within the VA Headquarters had a set-aside.
On 6/13/24 Program Contracting Activity Central issued Sources Sought 36C77624Q0254 for 564-705 | Renovate and Expand PC for ED | Minor Design Fayetteville, Arkansas due 6/24/24. The opportunity was issued full & open with NAICS 541310 and PSC C1DZ.
Primary Contact
Title
Contract Specialist
Name
Amy Graham   Profile
Phone
(216) 447-8300

Documents

Posted documents for Sources Sought 36C77624Q0254

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C77624Q0254

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C77624Q0254

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C77624Q0254

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
Sept. 22, 2024
Last Updated By
amy.graham@va.gov
Archive Date
Sept. 22, 2024