Y1DA--644-235 Expand SPS Minor Construction Phoenix (VA-23-00012808)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Arizona
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Feb 7, 2023
Due: Feb 22, 2023
Solicitation No: 36C77623Q0209
Publication URL: To access bid details, please log in.
Follow
Y1DA--644-235 Expand SPS Minor Construction Phoenix (VA-23-00012808)
Active
Contract Opportunity
Notice ID
36C77623Q0209
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 11:42 am EST
  • Original Response Date: Feb 22, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    6500 E. Indian School Rd Phoenix , AZ 85012
    USA
Description
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 Minor Construction - Expand Supply Processing, Decontamination and Distribution project at the Carl T. Hayden VA Medical Center located in Phoenix, AZ.

PROJECT DESCRIPTION:
This project will renovate existing basement space and excavate additional basement to provide approximately 8,800 square feet of space for supply processing and decontamination and 10,000 sf for distribution near the operating room. The project will also construct a dedicated elevators or dumb waiters to provide for transportation of clean and dirty instruments and supplies to and from the operating room. The existing basement hallways will be used for delivery of incoming supplies and materials. The project will also construct the support offices and support areas to correct all the deficiencies of the current SPD location. Work includes general construction, alterations, roads, walks, grading, drainage, necessary removal of existing structures and construction and certain other items.

Existing Site Conditions
The Medical Center must maintain its operation 24 hours a day 7 days a week. Therefore, any interruption in service must be scheduled and coordinated with the COR to ensure that no lapses in operation occur. It is the CONTRACTOR'S responsibility to develop a work plan and schedule detailing, at a minimum, the procedures to be employed, the equipment and materials to be used, the interim life safety measure to be used during the work, and a schedule defining the duration of the work with milestone subtasks.
Contractor shall be responsible for verification of existing conditions ensuring to ascertain the site conditions that may affect required equipment clearances, electrical, plumbing, medical gas and mechanical requirements.
Contractor shall be responsible for complying with all the construction documents and applicable Department of Veterans Affairs Master Specifications. Contractor must also comply with all applicable city, county, state, and federal regulations / codes and OSHA standards that may impact this project. Construction shall also comply with construction safety requirements as noted in the construction documents.
Staging areas, on and/or off site, are the contractor s reasonability. All costs of any and all offsite space is the contractor s responsibility.
General Contractor and subcontractors are to not use patient parking for their commercial and private vehicles. They must park within the project s staging area or off campus (after unloading tools and materials).

Physical Security
Contractor shall provide fencing, lighting, intercoms, cameras, access control, etc. in accordance with the construction documents.

Controls
Contractor shall provide building automation controls for mechanical and electrical systems in accordance with the construction documents.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. 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 mid to late-May 2023. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00 (Note that the VAAR magnitude of construction is closer to the lower end of this range). The North American Industry Classification System (NAICS) code 236220 (size standard $45 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 such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.

CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:
Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), 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 prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above.
Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response:
No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.
Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided.

It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum 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. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by February 22, 2023 at 2:00 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 Contract Opportunities at https://sam.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)
6100 Oak Tree Blvd. Suite 490
Independence, OH 44131

Primary Point of Contact:
Michael Mullen
Contract Specialist
michael.mullen6@va.gov
Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
36C77623Q0209.docx (opens in new window)
21 KB
Public
Feb 07, 2023
file uploads

Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 11:42 am ESTSources 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

See also

Status Ref# Project Close Date Dayes Left Action Open 245129 Social Worker Services

Pinal County

Bid Due: 4/25/2024

Follow Renovate Marshall Gulch Picnic Area Active Contract Opportunity Notice ID 127EAX24R0009 Related

Federal Agency

Bid Due: 4/25/2024

Follow DOI/HHS Buy Indian Small Business Industry Day Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/15/2024

# Description Submittal Deadline B-01-24-CO07 REQUESTS FOR PROPOSALS EXHIBIT A Scope of Work

Santa Cruz County

Bid Due: 5/10/2024

* 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.