Z1DA--Create Code Compliant Research Laboratory Space in Building 1, 657-23-113JB

Agency:
State: Missouri
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Feb 15, 2024
Due: Feb 27, 2024
Publication URL: To access bid details, please log in.
Follow
Z1DA--Create Code Compliant Research Laboratory Space in Building 1, 657-23-113JB
Active
Contract Opportunity
Notice ID
36C25524R0053
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 15, 2024 01:18 pm CST
  • Original Response Date: Feb 27, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Jefferson Barracks VAMC 1 Jefferson Barracks Rd St. Louis , MO 63125
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 3 of 5
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 5
DESCRIPTION
SOURCES SOUGHT ANNOUNCEMENT
36C25524R0053
This notice is published to conduct market research to determine if there is sufficient number of certified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) capable of performing the requirements for project 657-23-113JB, FCA Create Code Compliant Research Laboratory Space in Building 1.

The North American Industry Classification system (NAICS) code for this acquisition is 236220 General Contractors Commercial and Institutional Building Construction. The project cost range is between $500,000 and $1,000,000. The small business size standard is $45.0 million. If warranted the solicitation for this project will be a 100% set-aside to Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Businesses (VOSB), as a Request for Proposal (RFP) for a firm fixed-price construction contract.
The current Research Labs in John Cochran Building 7 are non-compliant with NFPA 45 Standard on Fire Protection for Laboratories Using Chemicals. Two existing rooms at Jefferson Barracks will be converted to fully compliant NFPA 45 lab spaces (to include but not limited to HVAC, Natural Gas integration, fire rating requirements, safety shower, lab hood requirements and chemical storage). JB B1 2C19 (500 SF) will be used as a sterile chemical lab with a chemical and tissue hood. JB B1 3C17 (360 SF) will become a bacteria lab with a tissue hood. Chemical usage for both spaces should be evaluated with the service s needs to inform design decisions. Both spaces will be fully abated with a previous project, but minimal additional abatement may be required for roof penetrations, pipe connections, additional doors through corridor wall etc. Lab design should include all provisions for a fully functioning lab including interior finishes, casework layout, ceilings, and lighting etc. All work will be in accordance with specifications and drawings provided.
The responding interested offerors are requested to provide at a minimum the following capabilities:
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 UEI 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; (4) Brief description of the project, Customer name and Dollar value of the project); (5) Offeror's SBA Veteran Small Business Certification (VetCert), Offeror's Joint Venture information if applicable, existing and potential; and (6) Offeror's Bonding Capability (per task order and aggregate) in the form of a letter from Surety. Your firm must be able to bond a minimum $1,000.00 per contract.
The determination of acquisition strategy for this acquisition lies solely with the government.
The Capabilities Statement for this Sources Sought is not a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Per FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the Government to form a binding contract. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis 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.
Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 2:00 PM (CST) Central Standard time on March 1, 2024. Responses must include the sources sought number 36C25524R0053 and title: 657-23-113JB, FCA Create Code Compliant Research Laboratory Space in Building 1 in the subject line of their email response. Capability Statement must be e-mailed to James Petrik James.Petrik@va.gov, and Kevin Knight Kevin.Knight2@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2024 01:18 pm CSTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.