Y--Construct New Inpatient Mental Health Building Construction Project - Danville VAMC

expired opportunity(Expired)
From: Federal Government(Federal)
36E77619Q0006

Basic Details

started - 15 Nov, 2018 (about 5 years ago)

Start Date

15 Nov, 2018 (about 5 years ago)
due - 26 Nov, 2018 (about 5 years ago)

Due Date

26 Nov, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36E77619Q0006

Identifier

36E77619Q0006
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103472)VETERANS AFFAIRS, DEPARTMENT OF (103472)PCAC HEALTH INFORMATION (36C776) (2467)

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 the Construct New Inpatient Mental Health Building Construction project at the Illiana VA Medical Center (VAMC) located at 1900 East Main St, Danville, IL 61832 PROJECT DESCRIPTION: The contractor shall furnish all labor, material, equipment, and supervision necessary to construct a new 16,750 gross square foot building. This project will be a single-story addition to Building 98. This location will be adjacent to Urgent Care and our Rapid Response Team for Mental Health. Work includes but is not limited to 25
new inpatient mental health beds with private showers and restrooms, inpatient treatment team rooms, multi-purpose family hospitality room, state of the art intake and exam room, secure entry to ward and monitoring system and patient centered day room. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in accordance with FAR Part 14. 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. This project is planned for advertising in late December of 2018. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 547 calendar days from the issuance of a Notice to Proceed. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. 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. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) 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, and 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. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. 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 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 November 26, 2018 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 on FedBizOpps at https://www.fbo.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) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Thomas Council Contract Specialist thomas.council@va.gov

Illiana VA Medical Center;1900 East Main St;Danville, IL 61832 USALocation

Place Of Performance : Illiana VA Medical Center;1900 East Main St;Danville, IL 61832 USA

Country : United States

You may also like

Y1DA--Construct Mental Health Outpatient Bldg. 52 (Minor) Construction - Fargo

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Y1DZ--Facility for Mental Health Primary Care Modalities - Minor Construction - Mather VAMC

Due: 01 May, 2024 (Tomorrow)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction
naicsCode 236220Commercial and Institutional Building Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS