Search Contract Opportunities

Parking Ramp Expansion (Minor) Construction Buffalo

ID: 36C77624Q0238 • 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 Parking Ramp Expansion (Minor) Construction project at the Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue. Buffalo, NY 14215. PROJECT DESCRIPTION: Work includes an addition of two new parking levels to the top of the existing three-level parking structure. A new stair tower with two elevators will be constructed for the whole combined height of the garage. Adjacent parking, drop off, and roadway work will be reconfigured. 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 as either 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. 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 late July 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 520 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. In accordance with VA Acquisition Regulation (VAAR) 819.7010, The Government is considering the use of a tiered set-aside evaluation approach to minimize further delays with potentially resoliciting the requirement. Accordingly, all business types (e.g., SDVOSB, VOSB, 8(a), HUBzone, etc) are encouraged to provide responses. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, Unique Entity Identifier number associate with SAM.gov, 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. 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. 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, 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 point of contact listed below by June 11, 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd., Suite 490 Independence, OH 44131 Primary Point of Contact: Thomas Council Contract Specialist thomas.council@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 Parking Ramp Expansion (Minor) Construction project at the Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue. Buffalo, NY 14215.

Work Details
Work includes an addition of two new parking levels to the top of the existing three-level parking structure. A new stair tower with two elevators will be constructed for the whole combined height of the garage. Adjacent parking, drop off, and roadway work will be reconfigured.

Period of Performance
The project is planned for advertising in late July 2024. The duration of the project is currently estimated at 520 calendar days from the issuance of a Notice to Proceed.

Place of Performance
Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215

Overview

Response Deadline
June 11, 2024, 1:00 p.m. EDT Past Due
Posted
May 30, 2024, 1:09 p.m. EDT
Set Aside
None
Place of Performance
Buffalo VA Medical Center Buffalo, NY 14215 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
$10,000,000 - $20,000,000 (value based on agency estimated range)
Odds of Award
16%
Signs of Shaping
97% of similar contracts within the VA Headquarters had a set-aside.
On 5/30/24 Program Contracting Activity Central issued Sources Sought 36C77624Q0238 for Parking Ramp Expansion (Minor) Construction Buffalo due 6/11/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1LZ.
Primary Contact
Title
Contract Specialist
Name
Thomas Council   Profile
Phone
(216) 447-8300

Documents

Posted documents for Sources Sought 36C77624Q0238

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C77624Q0238

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C77624Q0238

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C77624Q0238

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. 18, 2024
Last Updated By
Thomas.Council@va.gov
Archive Date
Sept. 18, 2024