Y1DA--640A0-20-104 Renovate CWT Homes - Work includes design-build services

expired opportunity(Expired)
From: Federal Government(Federal)
36C26120R0019

Basic Details

started - 10 Feb, 2020 (about 4 years ago)

Start Date

10 Feb, 2020 (about 4 years ago)
due - 07 Apr, 2020 (about 4 years ago)

Due Date

07 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C26120R0019

Identifier

36C26120R0019
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103171)VETERANS AFFAIRS, DEPARTMENT OF (103171)261-NETWORK CONTRACT OFFICE 21 (36C261) (5172)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

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.

SOURCES SOUGHT UNDER, VETS FIRST, DESIGN-BUILD Renovation of two CWT Homes, VA Palo Alto Healthcare System 36C26120R0019 This is a pre-solicitation notice under FAR 5.203(a), FAR 5.204, and FAR 36.601-1, and FAR 36.3 of the Department of Veterans Affairs, National Contracting Organization 21 (NCO 21) intent to contract for Design Build for VA Palo Alto Health Care System, Palo, Alto, California (VAPAHCS) Project No. 640A0-20-104, Project Title Renovate Compensated Work Therapy (CWT) Homes VAPAHCS, Palo Alto, California. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5M. This design effort includes, but is not limited to, providing Schematic Design (SDs), Design Development (DDs), Construction Documents (CDs), and Construction Period Services (CPS) necessary to construct a renovation project. The contract work requires multiple disciplines. The Prime
firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Sustainability, Security, IT/Data, Construction Cost Estimating, and Landscaping. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. Interested parties are encouraged to provide the following capability information to the Contract Specialist, Charee Harris, via email charee.harris@va.gov by 1:00 P.M. Pacific Standard Time on February 20, 2020, utilizing the attached form. Business Size (Large/Small) Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUBZone, etc.) Copy of current SAM record DUNS number Copy of VIP showing verified status - SDVOSB/VOSB concerns only Bonding Capacity: Provide your surety name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The bonding capacity per project must be $1M to be deemed acceptable for this notice. Experience: Submit a minimum of two (2) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been 100% completed within five (5) years prior to the submission due date. A relevant project is further defined as: Between $500,000 and $1.5 Million The Government will use this information when determining its business set-aside decision, taking into consideration the requirements outlined in VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program. It is anticipated that the Request for Proposals (RFP) will be issued on or about March 5, 2020. It is the intent of the Government to make a single firm-fixed price Design Build contract award for this requirement. Questions regarding thissources sought notice should be directed, in writing, to the Contract Specialist Charee Harris via E-mail at charee.harris@va.gov. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.

VA Palo Alto Healthcare System;3801 Miranda Avenue;Palo Alto, California    94304  USALocation

Place Of Performance : VA Palo Alto Healthcare System;3801 Miranda Avenue;Palo Alto, California

Country : United States

You may also like

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 Y1DACONSTRUCTION OF HOSPITALS AND INFIRMARIES