The RFP Database
New business relationships start here

Sources Sought Notice Relocate Community Living Center Project NO 589-335


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

Page 3 of 3
SOURCES SOUGHT NOTICE


This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential construction firms capable of completing this project. This Sources Sought Notice is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An Award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP.

Firms must identify their socio-economic status for NAICS code 236220, General Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $36.5 million.

The GENERAL SCOPE OF WORK:
The project consists of a 17,665-square foot single story structure with an 8,045 square foot basement. This is new construction located on the Southeast corner of Tiger Avenue and Hospital Drive in Columbia MO. The area of construction is currently a surface parking lot which will be abandoned as part of the demolition phase. There is a handicap access ramp to the temporary office structure located at the northwest corner of the property which shall be reconfigured to allow unobstructed access during the construction of the Community Living Center (hereinafter referred to as the CLC). Access to the temporary office structure, Emergency Department and entrances to the hospital must be maintained throughout construction.
This project includes demolition, civil, mechanical, plumbing, electrical, steel erection, utility relocation, paving, and landscaping. The building includes 14 patient rooms, common, and administrative areas and shall be heated/cooled with steam and chilled water from the basement of the adjacent hospital through a tunnel into the basement of the CLC. This work will be the first phase of construction which will also include the demolition of certain underground utilities. Utility disruptions are to be coordinated with the Contract Officers Representative.
The structure system is concrete foundation walls on spread footings with steel framing supporting the roof. The exterior of the structure is 6 metal studs and with face brick. In addition to patient rooms, patient related functions include; living room area, dining room area, small kitchen area with an ice/water machine and coffee/drink area, housekeeping closet, IT closet, bathing suite, clean and soiled linen areas, and reception/visiting area. The nurses station includes the following features; CCTV view of all entrances and common areas, nurse call system, entrance controls, secured access from patient areas, workspace for clinical staff, administrative space includes the following features; office space for administrative support staff to support the operations of this building, secure, controlled access from patient areas, storage space for administrative supplies, storage space for patient personal items, a nurse s lounge/locker room. The exterior of the building includes controlled access to the site, new walkways, retaining wall, fencing around the courtyard area and grading, topsoil and sodding of all disturbed area.

The project cost range is between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction), with a small business size standard $36.5 million.

If interested in this opportunity, please provide via email a 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 - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples;
4) Offeror's CVE certification if a Veteran owned business;
5) Please provide Socio-economic status for NAICS code 236220, General Construction and provide percentage of self-performed labor your company can perform for this type of project;
6) Offeror's Joint Venture information if applicable - existing and potential;
7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.
8) Letter from Insurance Company identifying Contractors Insurance Experience Modification Rate (EMR).

The Response Due Date for this Sources Sought Notice is July 26, 2019 by 4:00 pm CDT. Respondents will not be notified of the results of analysis. The point of contact for submission of Capabilities Statement and questions is:

Jeanette Mathena Contract Specialist
Email: jeanette.mathena@va.gov
NCO 15 Contracting Office
Leavenworth, Kansas 66048

Jeanette Mathena - Jeanette.Mathena@va.gov

Jeanette Mathena, Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP