Y1DA--656-400 Construct PACT B4 Minor Construction - St. Cloud, MN

expired opportunity(Expired)
From: Federal Government(Federal)
36C77624Q0170

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (23 days ago)

Due Date

03 Apr, 2024 (23 days ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C77624Q0170

Identifier

36C77624Q0170
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103372)VETERANS AFFAIRS, DEPARTMENT OF (103372)PCAC HEALTH INFORMATION (36C776) (2464)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 Construction for the project 656-400 Construct Patient Aligned Care Team (PACT) Clinic Building 4 First Floor project at the St. Cloud VA Medical Center (VAMC) at 4801 Veterans Dr. St. Cloud, MN, 56303. PROJECT DESCRIPTION: The subject project will construct a new PACT clinic on the first floor of building 4. Work includes general construction not all inclusive to: abatement, demolition, removal or relocation of existing structures, relocation of existing utilities, alterations, grading, drainage, site
utilities, curbs, walks, pavement, stormwater management systems, architectural, structural, mechanical and electrical work. Adjacent corridor of Building 4, basement of Building 4, adjacent first floor of Building 4, second floor of Building 4, all spaces of Building 5, and all spaces of Building 1 will remain occupied by the VA throughout the construction phasing. Work affecting occupied areas may need to be accomplished outside of normal working hours if noise, dust and other hazards cannot be satisfactorily mitigated. Coordination with other construction projects may be required during construction phasing. This work includes, but is not limited to: Demolition: Contractor to demolition current kitchen coolers, equipment and infrastructure on the first floor as required to complete the infill of the courtyard and the first-floor remodel. Remainder of the first-floor space involved in this scope, outside of the vacated kitchen space is office and general circulation space. Contractor shall remove from the VA site and dispose of all equipment and materials not scheduled to be reused. New construction consists of, but is not limited to: Excavation of courtyard. Provide a basement infill space which will house MEP support. Structurally join new infill to the parent building. Provide renovated spaces for exam rooms, intake rooms, nursing areas and other common spaces for patient / provider interaction. Connect to or install necessary utilities to serve the remodeled and infilled spaces. 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 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 early May 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000.00. 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 581 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction-related services such as 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, UEI (Unique Entity Identifier) number, 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. Indicate if your firm would be interesting in submitting a bid based on price only, a proposal based on price and non-price factors, or both. Section 4: Provide the prime contractor s available bonding capacity (Single & Aggregate) 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. 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. Provide a response to each of the following items: Describe your company s experience managing a construction project of this magnitude (higher end of the $10-$20M range). Include your demonstrated ability to manage subcontractors and maintain work schedule timelines. Describe your Phasing experience: This includes your ability to use an existing system online while building what is being replaced, and transition to take down the old system and install the new system. Demonstrate your ability to transition to each phase while maintaining orderly files and paperwork. 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, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the source 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 April 3, 2024, 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: Brett Meister Contract Specialist Brett.Meister@va.gov Secondary Point of Contact: Jason Schultz Contracting Officer jason.schultz@va.gov

St. Cloud VA Medical Center VAMC  Saint Cloud ,
 MN  56303  USALocation

Place Of Performance : St. Cloud VA Medical Center VAMC

Country : United StatesState : MinnesotaCity : Saint Cloud

Office Address : 6150 OAK TREE BLVD SUITE 300 INDEPENDENCE , OH 44131 USA

Country : United StatesState : OhioCity : Independence

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1DACONSTRUCTION OF HOSPITALS AND INFIRMARIES