The RFP Database
New business relationships start here

689-411 Construct New Inpatient Pharmacy


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) 52.215-3, Request for Information or Solicitation for Planning Purposes this Sources Sought Notice is for information and planning 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 Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a complete design package for the Construct New Inpatient Pharmacy project at the VA Connecticut Healthcare System located in West Haven, Connecticut.
PROJECT DESCRIPTION:
This project provides A/E Services to replace the existing inpatient pharmacy located on the ground floor in Building 1. A new larger state of the art pharmacy will be built on the ground floor on the south side of Building 1 at the old hospital entrance. The new pharmacy will be an approximately 10,500 SF addition and connect to Building 1 on all sides. This project will include a structural foundation to allow additional floors to be added at a later date.
The A/E shall develop and provide a set of drawings and Specifications for conceptual, design development and final design purposes which meet the Project Scope and Objectives. The A/E shall also provide equipment arrangement locations. The A/E shall design for LEED Silver Certification where economically feasible. Documentation for application for Certification will not be required. The scope of this project is for conceptual programming & planning through final design, construction period services and activation support of the VA Medical Center West Haven Campus.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract for design outlined in FAR Part 36.6 Architect-Engineer Services Selection Procedures. The North American Industry Classification System (NAICS) code 541330 (size standard $15 million) applies to this procurement. This project is planned for advertising in June or July of 2019. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The duration of the project is currently estimated at 420 calendar days from the issuance of a Notice to Proceed. 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.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following format:
Section 1: Provide company name, DUNS number, 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners.
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. 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.

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.

Section 5: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information.
It is requested that interested contractors submit a response (electronic submission) of no more than 6 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 May 31, 2018 3:00 PM EST. 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 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.
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.

Contracting Office Address:
VA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Douglas Kustra, Contract Specialist
douglas.kustra@va.gov

Douglas Kustra

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP