Missouri Bids > Bid Detail

C1DZ--589-404 Relocate Community Living Center Phase 2 (VA-23-00038394) Columbia, MO

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159194963348601
Posted Date: May 17, 2023
Due Date: Jun 1, 2023
Solicitation No: 36C77623Q0373
Source: https://sam.gov/opp/65f0277e00...
Follow
C1DZ--589-404 Relocate Community Living Center Phase 2 (VA-23-00038394) Columbia, MO
Active
Contract Opportunity
Notice ID
36C77623Q0373
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: May 17, 2023 02:38 pm EDT
  • Original Response Date: Jun 01, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Harry S. Truman Veterans' Memorial Hospital Columbia , MO 65201
Description
SYNOPSIS:

INTRODUCTION:
This 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 design to Construct Community Living Center Phase 2 for VISN 15 Harry S. Truman Memorial Veterans Hospital (HSTVMH) located in Columbia, MO.
PROJECT DESCRIPTION:
The project shall include, but is not limited to design, plan, and provide professional architectural/engineering services for the construction of the VISN 15 Community Living Center to be located on the Harry S. Truman Memorial Veterans Hospital (H) located in Columbia, MO 65201. This is to be the 2nd and final phase of the relocation of the Truman VA Community Living Center (CLC), and will consist of a 24 bed, 23,500 square foot second story addition onto the ground floor of the Community Living Center (CLC). The new construction will enable relocation of the final 24 beds out of the existing CLC in the main hospital. The project is supported by the Truman VA Master Plan that was created through the VA Headquarters Integrated Planning process and is Truman VA's highest priority.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 mid to late June 2023. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $13,323,000.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:
Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 541330. 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 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by June 1, 2023 at 10 AM 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:

Nicholas Rolin
Contract Specialist
nicholas.rolin@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
  • May 17, 2023 02:38 pm 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 >