Y1DZ--667-088 Construct Information Technology Building Construction - Shreveport (VA-24-00008895)

expired opportunity(Expired)
From: Federal Government(Federal)
36C77623Q0530

Basic Details

started - 28 Sep, 2023 (7 months ago)

Start Date

28 Sep, 2023 (7 months ago)
due - 10 Oct, 2023 (6 months ago)

Due Date

10 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
36C77623Q0530

Identifier

36C77623Q0530
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103639)VETERANS AFFAIRS, DEPARTMENT OF (103639)PCAC HEALTH INFORMATION (36C776) (2472)

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.

9/28/2023: UPDATED POC AND CLOSE DATE 9/20/2023: UPDATED CLOSE DATE 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 Minor Construction for the New Information Technology Building intends to perform construction at the Department of Veterans Affairs Overton Brooks VAMC 510 E Stoner Ave, Shreveport, LA 71101PROJECT DESCRIPTION:Overton Brooks VAMC has a requirement to construct a new modern energy efficient multiple-story IT building to improve IT services and infrastructure on the main campus grounds. The total area to be constructed is approximately 16,056
square feet.Contractor shall provide all materials, labor, equipment, and supervision necessary to perform the work for construction including, but not limited to:• Regrade existing areas in the designated construction area• Reroute drainage lines as affected• General construction activities (framing, drywall, MEP, cement pouring, roofing, window installation, exterior veneers, etc.)• Install modular wall panels in finished working areas• Install specialized IT equipment needed for a main server room and telecom rooms• Install a comprehensive security system• Install a paved service drive to the constructed building• Install new emergency generator• Install new air handlers• Pull new data lines/cables• Reroute existing data lines/cables as appropriate• Abide by special security requirements pertaining to IT equipment and projectsPROCUREMENT 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. 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 November 2023. 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 $39.5 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, 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.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, 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 October 10, 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 490Independence, OH 44131Primary Point of Contact:Jennifer BraatenContract SpecialistJennifer.Braaten@va.gov

Department of Veterans Affairs Overton Brooks VAMC  Shreveport ,
 LA  71101  USALocation

Place Of Performance : Department of Veterans Affairs Overton Brooks VAMC

Country : United States

You may also like

24RFSQ53 Design or Engineer Services for Minor County Building Projects

Due: 24 May, 2024 (in 19 days)Agency: Williamson County

Please Sign In to see more like these.

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

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1DZCONSTRUCTION OF OTHER HOSPITAL BUILDINGS