Y1DA--636-805, Improve Site Waste Management - Construction Iowa City

expired opportunity(Expired)
From: Federal Government(Federal)
36C77623Q0382

Basic Details

started - 24 May, 2023 (10 months ago)

Start Date

24 May, 2023 (10 months ago)
due - 01 Jun, 2023 (10 months ago)

Due Date

01 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
36C77623Q0382

Identifier

36C77623Q0382
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
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.

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 the Improve Site Waste Management Construction Project at the Iowa City VA Medical Center (VAMC) located in Iowa City, Iowa. PROJECT DESCRIPTION: Contractor to provide all tools, materials, equipment, and labor necessary for completion of general construction project 636-805 Improve Site Waste Management at the VA Medical Center, Iowa City, Iowa, in accordance with the construction documents. This project will renovate approximately 2,600 sq. ft of space to improve waste circulation patterns and
update space for hazardous materials and medical gas storage. This project consists of demolition within the existing waste management area of the hospital, installation of a packaged air handler unit on an adjacent roof, medical gas work, environmental hazard abatement, and various utility and architectural updates. All work shall be performed in accordance with solicitation/contract terms and conditions, specifications and drawings, and all applicable VA and local codes. 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 either 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. 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 2023. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000.00 and $2,000,000.00. 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 112 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. In accordance with VA Acquisition Regulation (VAAR) 819.7010, The Government is considering the use of a tiered set-aside evaluation approach to minimize further delays with potentially resoliciting the requirement. Accordingly, all business types (e.g., SDVOSB, VOSB, 8(a), HUBzone, etc) are encouraged to provide responses. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: 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.). 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 six (6) 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 June 1, 2023 at 1:00 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. Primary Point of Contact: Bailey E. Donato Contract Specialist bailey.donato@va.gov

Iowa City VAMC 601 Highway 6 WLocation

Place Of Performance : Iowa City VAMC 601 Highway 6 W

Country : United StatesState : Iowa

Classification

NAICS CodeCode 236220
Classification CodeCode Y1DA