The RFP Database
New business relationships start here

Reconfigure 2J Basement Floor for IT & Administration Space


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

SYNOPSIS:

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 Reconfigure 2J Basement Floor for IT and Admin Space project at the Dallas VA Medical Center (VAMC). This is a DESIGN-BUILD project.

PROJECT DESCRIPTION:

The purpose of this project is to upgrade the patient care experience for the first-floor lab of Building 2J at the Dallas VA Medical Center. Work will include, relocating two services: Ambulatory Care & MAS down to the basement, moving PAS out of their current space and then expanding and renovating the lab.
This must be done in multiple phases:

Rooms BB116, BB117, BB118 and BB118B must all be renovated first. The plan is for this to become shared space for Ambulatory Care and MAS. These services will be moving from 1B221-2J-D and 1C182-2-D.

After successful completion and relocation of said services 1B221 will have finish upgrades (NIC) and we will move discharge center out of 1B220.

1B220-2J-D and the lab will be turned over to the contractor for complete renovation.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in June or July 2019. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000 and $2,000,000. 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 200 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 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 June 10, 2019 at 3:30 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. 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)
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