Indiana Bids > Bid Detail

C1DZ--Vivarium Site Design AE (VA-23-00081255)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159549145179231
Posted Date: Jul 29, 2023
Due Date: Aug 8, 2023
Solicitation No: 36C77623Q0470
Source: https://sam.gov/opp/57a4abd58b...
Follow
C1DZ--Vivarium Site Design AE (VA-23-00081255)
Active
Contract Opportunity
Notice ID
36C77623Q0470
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 28, 2023 07:14 am EDT
  • Original Response Date: Aug 08, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Richard L. Roudebush VA Medical Center Indianapolis , IN 46202
    USA
Description
SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning 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 Vivarium Site Prep project at the Richard L. Roudebush VA Medical Center (VAMC) at 1481 West 10th Street Indianapolis, IN 46202. This is a Construction project.

PROJECT DESCRIPTION:
The Contractor shall provide professional services to conduct a site preparation to receive a 28 x 35 Modular Animal Vivarium procured by the VA. The location of which shall be adjacent to Building 22 in Parking Lot J on the Richard L. Roudebush VAMC campus.
Contractor shall furnish all supervision, labor, transportation, supplies, equipment, licenses, chemicals, and materials necessary for the accomplishment of the site preparation for the Modular Animal Vivarium at the indicated location on the Medical Center campus, adjacent to Building 22 in Parking Lot J in accordance with documents prepared by an independent Architect-Engineer firm.
The completed construction of the site preparation will satisfy all requirements assuring compliance with all applicable local, state, and VA/federal codes and guidelines.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the Construction approach (Final Specifications and Drawings will be provided). This project is planned for advertising in November 2023. In accordance with Veteran Affairs Acquisition Regulation (FAR) 36.204, the magnitude of construction is between $250,000 and $500,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $45.0 million. The duration of the project is currently estimated at 60 calendar days from the issuance of a Notice to Proceed. 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.

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, start and completion dates.
Describe specific technical skills and key personnel your company possess to perform the requirements described under project description.
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.

Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information.

It is requested that interested contractors submit a response (electronic submission) of no more than 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 no later than August 8, 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://www.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 490
Independence, OH 44131

Point of Contact:
Gregory B. Parker Jr. (Contract Specialist)
Email: gregory.parkerjr@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 28, 2023 07:14 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >