The RFP Database
New business relationships start here

CONSTRUCTION - P/N 656-341 Expand/Construct Outpatient Mental Health Clinic, B111 St. Cloud, Minnesota


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

SOURCES SOUGHT ANNOUNCEMENT
36C26319Q0264

The Department of Veterans Affairs NCO 23 Contracting Office c/o VA St. Cloud Health Care System, seeks information on interested vendors for an Expand Mental Health Outpatient Health Clinic Addition to Bldg 111 for the Veteran Affairs Medical Center St Cloud, Minnesota. This notice is published to conduct market research to determine if there is sufficient number of certified Service Disabled Veteran owned Small Businesses (SDVOSB) capable of performing the requirements to warrant a solicitation set-aside.

The North American Industry Classification system (NAICS) code for this acquisition is 236220 Commercial and Institutional Building Construction. The small business size standard is $36.5 million. If warranted, the solicitation will be a 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB), as a Request for Proposal (RFP) for a firm fixed-price contract for the St Cloud VA Medical Center.

The general scope of work is for this project is to add approximately 13,500 square feet by adding a second floor to building 111. This project will mitigate Minnesota Market utilization gaps for select Ambulatory Mental Health programs, including mental health clinic, psychology, and aftercare/screening/outreach programs.
Project Magnitude is between $10,000,000 and $20,000,000.

The Contractor shall furnish all labor, materials, tools and equipment required to expand/construct an outpatient mental health clinic. The contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for Expand/Construct Outpatient Mental Health Clinic as required by specifications and drawings.

The responding interested offerors are requested to provide at a minimum the following capabilities:
Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information:

1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number;
2) Offeror's interest in bidding on the solicitation when it is issued

3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years

4) Brief description of the project(s), Customer name and Dollar value of the project(s);
5) Offeror's VetBiz certification (if applicable), Offeror's Joint Venture information if applicable existing and potential;
and
6) Offeror's Bonding Capability in the form of a letter from Surety. Your firm must be able to bond the required amount for this project.

The determination of acquisition strategy for this acquisition lies solely with the government.
The Capabilities Statement for this Sources Sought (RFI) is not expected to be a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis 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. Respondents will not be notified of the results of the evaluation.

All interested contractors should notify this office via email by 1:00 PM (CST) Central Standard time on February 8th, 2019. Responses must include the sources sought number 36C26319Q0264 and title: St. Cloud Mental Health Outpatient B111 in the subject line of their email response.
When the solicitation is issued it will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. All potential sources must register in SAM the System for Award Management.

SERVICE-DISABLED VETERAN ONED SMALL BUSINESSES (SDVOSBs) All SDVOSBs who want to participate in the VA s Veterans First Contracting Program must be verified by VETbiz in order to be eligible for VA contract set-asides.

POINT-OF-CONTACT --- Capability Statement must be e-mailed to Lucas Dahlman by 1:00 PM CST on February 8th, 2019 lucas.dahlman@va.gov

DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Lucas Dahlman
lucas.dahlman@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP