Search Contract Opportunities

580-324 | Replace/Construct Bldg 121 | Houston, TX

ID: 36C77625Q0023 • Type: Sources Sought

Description

Posted: Nov. 12, 2024, 1:11 p.m. EST

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 Replace/Construct Bldg 121 at the Michael E. DeBakey VA Medical Center located in Houston, TX. PROJECT DESCRIPTION: This project includes the demolition of the existing Building 121, and the construction of a new replacement building in the same location. The new building will be a 1-story approximately 14,977 SF building with limited site work as required to gain access to the building, including drive isles, pedestrian sidewalks, and handicap parking spaces. The proposed facility is a PRRC (Psychosocial Rehabilitation and Recovery Center) which consists of office/treatment rooms, group rooms, Occupational Therapy, and other support spaces. The goal of the project is to successfully relocate and consolidate this practice area into a single building. Work includes specialized construction labor & supervision for architectural, mechanical, structural, electrical, plumbing, fire protection and demolition work as required by provided construction documents. 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 December 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. 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 274 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 five (5) 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 November 20, 2024 at 4:00 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: Andrew Mathews Contract Specialist andrew.mathews2@va.gov

Posted: Oct. 29, 2024, 4:34 p.m. EDT
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 replacement and construction of Building 121 at the Michael E. DeBakey VA Medical Center in Houston, TX.

This project aims to enhance the facility's capabilities by consolidating psychosocial rehabilitation and recovery services into a single, modern structure.

Work Details
The project involves the demolition of the existing Building 121 and the construction of a new one-story building, approximately 14,977 square feet.

The new facility will include limited site work for access, such as drive aisles, pedestrian sidewalks, and handicap parking spaces. It will serve as a Psychosocial Rehabilitation and Recovery Center (PRRC) featuring office/treatment rooms, group rooms, Occupational Therapy areas, and other support spaces.

The work requires specialized construction labor and supervision across various trades including architectural, mechanical, structural, electrical, plumbing, fire protection, and demolition as per provided construction documents.

Period of Performance
The duration of the project is estimated at 274 calendar days from the issuance of a Notice to Proceed.

Place of Performance
Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston TX 77030

Overview

Response Deadline
Nov. 20, 2024, 4:00 p.m. EST (original: Nov. 5, 2024, 2:00 p.m. EST) Past Due
Posted
Oct. 29, 2024, 4:34 p.m. EDT (updated: Nov. 12, 2024, 1:11 p.m. EST)
Set Aside
None
Place of Performance
Michael E. Debakey VA Medical Center Houston, TX 77030 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
97% of similar contracts within the VA Headquarters had a set-aside.
On 10/29/24 Program Contracting Activity Central issued Sources Sought 36C77625Q0023 for 580-324 | Replace/Construct Bldg 121 | Houston, TX due 11/20/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1DA.
Primary Contact
Title
Contract Specialist
Name
Andrew Mathews   Profile
Phone
(216) 707-7715

Documents

Posted documents for Sources Sought 36C77625Q0023

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C77625Q0023

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C77625Q0023

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C77625Q0023

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
Feb. 12, 2025
Last Updated By
andrew.mathews2@va.gov
Archive Date
Feb. 12, 2025