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: NBD00159488434485005
Posted Date: May 23, 2023
Due Date: Jun 1, 2023
Solicitation No: 36C77623Q0373
Source: https://sam.gov/opp/128e94e0d0...
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 23, 2023 02:23 pm EDT
  • Original Published Date: May 17, 2023 02:38 pm EDT
  • Updated Response Date: Jun 01, 2023 10:00 am EDT
  • Original Response Date: Jun 01, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 31, 2023
  • Original Inactive Date: Jul 31, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Harry S. Truman Veterans' Memorial Hospital Columbia , MO 65201
Description View Changes

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 to design a construction project at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. This project is a new build, approximately 18,600 sq foot two-story building on the northwest corner of the campus. It shall be connected to the Phase 1 building (building 2) via two (2) corridors resulting in an internal courtyard between the buildings. This project shall provide 20- 24 single resident rooms with private restrooms, elevator system to support the two floors, extension of Phase 1 elevator to second floor, support functions, and all necessary mechanical, electrical, plumbing and fire protection/suppression. The structure of this building will be designed and constructed as such that a third level may be added in the future if required.





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 541310 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 $12,000,000.







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 541310. 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



End Of Document


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

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 >