C1DB--405-23-001 | Clinical Lab Renovation Design Refresh

expired opportunity(Expired)
From: Federal Government(Federal)
36C24122R0184

Basic Details

started - 01 Sep, 2022 (20 months ago)

Start Date

01 Sep, 2022 (20 months ago)
due - 13 Sep, 2022 (19 months ago)

Due Date

13 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
36C24122R0184

Identifier

36C24122R0184
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)241-NETWORK CONTRACT OFFICE 01 (36C241) (3845)

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.

Introduction Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Vermont Healthcare System (White River Junction, VT), is seeking potential sources for an upcoming requirement for Architect and Engineering Services as described in the attached statement of work. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate
set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code § 1101 and FAR 36.601. General Project Description and NAICS Synopsis of required services (See attachment for full statement of work): To provide design services allowing for the refresh of an existing design for the clinical lab renovation. The design refresh will include providing Type A services for turn-key installation of temporary Clinical Laboratory Trailers, Type B services for revisions to construction estimates, updates to submittal register contents, verification and revisions to existing design package. Type C (construction period services) will also be included in the design refresh. The design refresh shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library This procurement for Architect & Engineering services is assigned NAICS 541330 Engineering Services which has SBA small business size standard of $22.5 million in average revenue. Magnitude of construction is between $5M and $10M. Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your firm name (as it appears in SAM.gov ), firm office location where these services will be performed from, DUNS number, and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative on the firm s experience providing services similar to those described in the attached statement of work. 3. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than 13:00EST on 13 SEP 2022 to Stephen Slaby via email to stephen.slaby@va.gov. Please include 36C24122R0057 - Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Stephen Slaby at the email above with any questions. Attachments 1. Scope of Work

VA Vermont Healthcare System VA Medical Center White River Junction  ,
  05009  USALocation

Place Of Performance : VA Vermont Healthcare System VA Medical Center White River Junction

Country : United StatesState : VermontCity : Hartford

Classification

naicsCode 541330Engineering Services
pscCode C1DBARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS