The RFP Database
New business relationships start here

Construct New Comunity Living Center VA Maine Healthcare System - Togus


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 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 Construct New Community Living Centers at 1 VA Center, Augusta ME 04330. This is a Design-Bid-Build (construction) project.

PROJECT DESCRIPTION:

The Contractor shall provide all labor, materials, equipment, transportation, supervision, general demolition, general construction, alterations, mechanical and electrical work, testing and commissioning and certain other items for the Construct New Community Living Centers. Contractor shall completely prepare the site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for VAMC Togus, Community Living Center (CLC) - Phase 1 as required by drawings and specifications that will be provided. The VAMC Togus, CLC Work consists of (2) new primary structures that when combined are approximately 16,812 square feet. Construction includes associated support structures, site improvements and utilities includes general construction, alterations, roads, walks, grading, drainage, necessary removal of existing structures and construction and certain other items.

See the attached Statement of Work for additional details.


PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract for construction. The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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 January 2020 in the form of a RFP. A tiered evaluation is being contemplated based on socioeconomic categories. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. 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 528 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: 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 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 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.), 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 available Bonding Capacity.

Section 5: 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 your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description.
______________________________________________________________________

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 no later than October 30, 2019 at 4:30 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 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:
VA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact and E-Mail:
William Henkel
William.henkel@va.gov

william.henkel@va.gov
Contract Specialist

COR

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP