The RFP Database
New business relationships start here

689-19-2-4940-0111: PET CT Replacement (VA-19-00048430)


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Turnkey installation PET/CT Site Prep Design Build project at the Lincoln West Haven, CT VA Medical Center (VAMC) located at 950 Campbell Ave. West Haven, CT 06516.
PROJECT DESCRIPTION:
The contractor shall furnish all labor, material, equipment, and supervision necessary to complete the design and subsequent construction of the installation of PET CT site prep project at West Haven, CT. Contractor shall provide complete engineering design and construction (turnkey) necessary to prepare the given space for new PET/CT. The new PET/CT will be located in, building 1, including but not limited to rooms SG 124, SG 135A, SG 135B and SG 127. A previous/concurrent project will be removing the CYCLOTRON from room SG 127 and preparing the room for unrestricted use. A concurrent project MEG Lab construction will be developing as well in adjacent space. Contractor shall be responsible to completely understand scope of work related to the concurrent projects, including repair of floors and walls as left by removal of cyclotron and MEG design and construction to ensure proper coordination. Contractor shall also coordinate design and construction with equipment vendor and equipment selection. A load study of the electrical system, and complete understanding of electrical power shall be included in project. A new HVAC system shall be supplied. The HVAC system shall conform to all current standards and requirements set forth by VA. The location of the existing PET/CT is in West Haven VA Medical Center, Building 1, Sub-Ground, room SG114B with the control room in SG126. Furthermore, turnkey construction shall be provided to renovate nearby areas in the PET/CT suite including but not limited to rooms SG125, SG115, and SG112. Design and construction shall be planned to minimize disruption to existing PET Center, including requirements for full hard wall barriers between construction and medical or patient areas, minimized noise and vibration, and minimized utility impacts, requiring nights and weekend work and proper phasing.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.303, Two-Phase Design-Build Selection Procedures. The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with FAR Part 15. However, 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 May 2019. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following information:
1) Company name, DUNS number, address, and point of contact information
2) Company business size based on NAICS code 236220, 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.)
3) Statement of Interest in the project

It is requested that interested contractors submit a response electronically of no more than eight (4) single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by May 22, 2019 at 2:00 PM ET.
The Capability 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 small business categories or proceed with full and open competition.
At this time, no solicitation exists. If a solicitation is released it will be synopsized on FedBizOpps at https://www.fbo.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)
POC: Samantha Mihaila
Email: Samantha.Mihaila@va.gov

Samantha Mihaila

samantha.mihaila@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP