Y1DA--512-22-710 EHRM Infrastructure Upgrades - Loch Raven MD - Construction (VA-24-00060549)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Maryland
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Apr 4, 2024
Due: Apr 15, 2024
Solicitation No: 36C77624Q0183
Publication URL: To access bid details, please log in.
Follow
Y1DA--512-22-710 EHRM Infrastructure Upgrades - Loch Raven MD - Construction (VA-24-00060549)
Active
Contract Opportunity
Notice ID
36C77624Q0183
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?

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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 03:09 pm EDT
  • Original Response Date: Apr 15, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Loch Raven VAMC Baltimore , MD 21218
    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 Project #512 22 710, Minor Construction Electronic Health Record Management (EHRM) Infrastructure Upgrades at the Loch Raven Veteran s Affairs (VA) Medical Center (VAMC) within the VA Maryland Healthcare System located in Baltimore, Maryland.

PROJECT DESCRIPTION:
The Loch Raven VAMC has a requirement to upgrade the EHRM Infrastructure within five (05) buildings amongst the Loch Raven campus.

The General Contractor (GC) will be responsible for all facets of construction management and construction work and the management of subcontractors to facilitate a construction project to upgrade the facility infrastructure to support the new EHRMA system in accordance with VA OEHRM Site Infrastructure Requirements as per the Construction Documents. Work will include but is not limited to the following:

Project Building locations for work include but not limited to Buildings 1,2,5,7, and 14.
Construct new Telecommunication Room (TR) Additions at Buildings 1 and 5.
The scope of this project includes but not limited to the following infrastructure improvements:
Period of performance is twenty-four (24) months.
All parties to attend a mockup transition prior to activation of new TR room(s) and Renovation of existing server room to a Computer Room.
Creation, expansion, and renovation of new TRs in all occupied buildings as listed in drawing. Installation of Telecommunication Enclosures in utility buildings. Includes but is not limited to Hazardous material removal, demolition (including significant rework of existing plumbing), physical security upgrades, mechanical equipment, electrical panels, fire suppression changes, new construction, and finishes.
GC is responsible for off hour work to bring online each TR room per VA activation schedule estimated to be one (01) TR room per evening over a sixty (60) workday period.
GC is responsible for providing telecommunication technicians and materials to provide the connection from the punch down panel to the switch. This work will be overseen and coordinated with the VA OIT. Telecommunication technicians must also complete the work area outlets dedicated to each TR room within the same Modification of existing Server Room to a Computer Room (Basement of Building 01) including but not limited to demolition, site prep, foundations, new construction, finishes, physical security upgrades, emergency generator, transformers, fire protection and suppression system.
Communication Infrastructure (new Data outlets, patch panes, upgrade to Cat 6A cable(s), UPS, electrical panel additions), physical security upgrades, upgrade fiber infrastructure backbone campus wide within buildings and between buildings. Every data outlet, building management system network outlet, Centrix/Real Time location system outlets, wireless access point, device that accesses the network will be refed to new TR room(s) and with Category 6A cable(s) in organize cable management system.
Small renovations as noted on the drawings to replace required services displaced by new TRs which include bathrooms and break room(s).
Remove all abandoned components and systems found or made by this work.
Repair all areas demolished or damaged by this work including every data outlet location, thru wall conduits, etc. Abandoned TR rooms, abandoned server and telephone rooms will be renovated for usage as shown on drawings.
Install diversified path to datacenter for Wide Area Network (WAN). Site wide excavation and preparation for large duct banks. Coordination with other underground utilities including water, sewer, electrical, and steam.
Site Work (demolition, excavation, road patching, sanitary and water line replacement, etc.).
Hazardous material abatement.
Switch Gear.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design- build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as a Request for Proposal (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15, considering Technical and Price Factors. 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 approximately June 2024. In accordance with
Veterans Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00.

The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 540 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-Engineering 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. Please state your intent submit a bid on this project if the only evaluation factor is price (FAR Part 14). Please also state your intent to submit a proposal if the solicitation contains both price and non-price evaluation factors (FAR Part 15).

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. Letter should include single award limit, aggregate limit and available bonding capacity. *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.
Provide specific examples that relate aspects of previous projects to the proposed project. 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 and secondary points of contact listed below by Monday 15 April 2024 at 12:00 PM EST. 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:
Zachary E. Penhollow
Contract Specialist
zachary.penhollow@va.gov
Attachments/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
  • Apr 04, 2024 03:09 pm EDTSources Sought (Original)

Related Document

Apr 23, 2024[Sources Sought (Updated)] Y1DA--512-22-710 EHRM Infrastructure Upgrades - Loch Raven MD - Construction (VA-24-00060549)
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.