Vermont Bids > Bid Detail

C1DZ--405-22-700 EHRM INFRASTRUCTURE UPGRADES AT WRJ CAMPUS (VA-22-00041079)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159574867240683
Posted Date: Jan 18, 2023
Due Date: Jan 25, 2023
Solicitation No: 36C77623Q0169
Source: https://sam.gov/opp/bbdc270827...
Follow
C1DZ--405-22-700 EHRM INFRASTRUCTURE UPGRADES AT WRJ CAMPUS (VA-22-00041079)
Active
Contract Opportunity
Notice ID
36C77623Q0169
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: Jan 18, 2023 02:48 pm EST
  • Original Response Date: Jan 25, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    215 N Main Street , VT 05009
    USA
Description
SYNOPSIS:

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 Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources A-E design services for EHRM Infrastructure Upgrades project located at White Wriver Junction, Veterans Administration Medical Center (VAMC). This is a DESIGN project.

PROJECT DESCRIPTION:

A-E Part One Services (also known as Design Phase Services):
Part Ia Preparation of Existing Conditions and Conceptual Design:
Investigative Services: Preparation of existing conditions plan and conceptual design which includes site investigation for civil, surveying, geotechnical, structural, architectural, interior design, equipment/ furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, healthcare technology systems and devices and environmental (asbestos abatement including but not limited to survey and sampling).
Functional Investigation and Conceptual Design: Execution of functional investigation for the proposed space and preparation of functional concept designs that address patient and staff flow and other user concerns. The A-E shall conduct an investigative planning charrette to identify patient and staff needs in order to conceptualize them into a schematic design for VA review and approval. A consensus is required on the concept design before the A-E can move onto the next level of design.
Part I Preparation of Contract Drawings and Specifications:
Design Development: Preparation and submission of construction bid documents, interim design document packages for review and the final construction bid documents at the completion of the design development process. The A-E shall develop a design necessary to meet the requirements. Design shall include the following engineering services: civil, surveying, geotechnical, structural, architectural, interior design, equipment/ furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, healthcare technology systems and devices, environmental and Infection Control Risk Assessment.

A-E Part Two Services (also known as Construction Period Services) :
Part II - Construction Period Services:
Review and provide concise direction on all submittals, shop drawings, product data, samples, RFI s, change order proposals, etc. and all other construction services.
Part III - Site Visits:
Visit the site at the request of the VA. The A-E shall respond on site within a two-hour period when requested. A total of thirty (30) site visits during construction shall be included. Each site visit shall be documented through a field report denoting the purpose and results of the site visit.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design approach outlined in FAR Part 36.6 Architect-Engineer Services. This project is planned for advertising in Fiscal Year 2023. The North American Industry Classification System (NAICS) code 541330 (size standard $22.5 million) applies to this procurement. The duration of the project is currently estimated at 354 calendar days from the issuance of a Notice of Award. 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 information:
Section 1: Provide company name, Unique Entity ID (or DUNS), company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 541330. 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 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 January 25, 2023 at 12:00 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. If a solicitation is released it will be synopsized on System of Awards management at www.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:

Brett Meister
Brett.Meister@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
  • Jan 18, 2023 02:48 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >