The RFP Database
New business relationships start here

Replace Surgical Intensive Care and Step Down Units


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 Replace Surgical Intensive Care and Step-Down Units project at the Southern Arizona VA Health Care System in Tucson, Arizona. This is a DESIGN ONLY project.
PROJECT DESCRIPTION:
The A/E shall provide professional services required to develop and complete the design of 16,350 square feet of new space for the replacement of ICU/SDU beds using current criteria to allow for de-compression in the main medical center. This project will connect to the first phase of the bed tower that will construct 10 MICU beds. Patient care support spaces (pharmacy, lab, nurse stations, medicine rooms, etc.), storage, administrative spaces, staff lounge, and toilets will be constructed.
This phase will also include construction of a Respiratory Therapy (RT) suite, approximately 2,000 square feet, connected to the new MICU/SDU. The RT suite will include equipment storage, administrative spaces, and staff lounge. This phase will also construct an approximately 2,000 square foot new waiting area with public restrooms and vending and lounge space for family members. A portion of the waiting area will also serve as an elevator lobby when elevators are installed in a future phase. The new waiting area will also include consult rooms.
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 541310 (size standard $7.5 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 340 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, 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.

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 April 29, 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 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.
Currently, 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