The RFP Database
New business relationships start here

Construct Warehouse - Des Moines IA


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 Warehouse project at 3600 30th Street Des Moines IA. This is a Construction Only project and project documents have been prepared by an independent Architect-Engineer firm.

PROJECT DESCRIPTION:

The project scope includes the construction of a new 12,500 SF warehouse building at the Des Moines VAMC campus. Work will include site preparation, road improvements, building construction and finishing. 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 Construct Warehouse - Building #27, as required by drawings and specifications. Work includes, but is not limited to, general construction, selective demolition, excavation, earthwork, special foundation work, casting concrete, steel erection, specified abatement, alterations, ceilings, partitions, doors, windows, louvers, finishes, miscellaneous specialties, signage, masonry, metals, mechanical, electrical, plumbing, fire protection, telephone and data cabling, security systems, equipment, utility systems, and site work.

PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract. 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 March 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. The services for this project will include providing all construction related services including: labor, materials and equipment required to complete the project as per contract documents prepared by the Architect-Engineer firm.

CAPABILITY STATEMENT:

Respondents shall provide a general capabilities statement in the following information:

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.).

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.

Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.

It is requested that interested contractors submit a response (electronic submission) of no more than 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 February 20, 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 E-Mail: William.henkel@va.gov

William.henkel@va.gov

William.Henkel@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP