Pennsylvania Bids > Bid Detail

C1AZ--642-400 AE Services for CLC Phase 4 Basement Addition Philadelphia (VA-23-00001376)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159347953178177
Posted Date: Oct 21, 2022
Due Date: Nov 3, 2022
Solicitation No: 36C77623Q0018
Source: https://sam.gov/opp/4889a511d9...
Follow
C1AZ--642-400 AE Services for CLC Phase 4 Basement Addition Philadelphia (VA-23-00001376)
Active
Contract Opportunity
Notice ID
36C77623Q0018
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776)
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: Oct 21, 2022 12:28 pm EDT
  • Original Response Date: Nov 03, 2022 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1AZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    CORPORAL MICHAEL J. CRESCENZ , PA 19104
    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. This project involves reconfiguring the perimeter road to provide increased security for the main hospital and improve traffic routing through the northeast quadrant of the hospital campus. It also involves connecting a secondary backup electrical power line, constructing an addition to the engineering building, and reconstructing Washington Street as a landscaped event space.
This is a DESIGN BID-BUILD project.
PROJECT DESCRIPTION:
Place of Performance: Corporal Michael J Crescenz Department of Veterans Affairs Medical Center, 3461 Civic Center Blvd, Philadelphia, Pennsylvania 19104.

The Architect/Engineer (A/E) firm shall provide all investigative surveys and verifications of as-built conditions required for fully developed construction documents for the renovation and upgrade of the Basement of Building #30 Community Living Center that would add 3500 square feet support space wing under an existing structure. The newly designed space holds administrative offices, bed charging and storage rooms. Work in the existing space shall include the replacement of existing finishes (wall, floors, ceilings) and design of existing Sterile Processing and Distribution (SPD) processing room to bring up to current VA design guide. Work in the existing space shall include the replacement of existing finishes (wall, floors, ceilings) and design of existing Sterile Processing and Distribution (SPD) processing room to bring up to current VA design guide. A/E shall review and update design for electrical, plumbing, fire protection system and new HVAC system (i.e. new air handler, terminal boxes, and piping). Investigations shall include the existing building structure, site utility plans and any system modifications necessary to complete the new addition.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price (Final Specifications and Drawings will be provided) contract utilizing the Construction approach. In accordance with Veteran Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this action is 541330 with a size standard of $16.5 million. The duration of the project is currently estimated at 197 calendar days from the issuance of a Notice to Proceed. 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 information:
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 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. 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 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.
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.

It is requested that interested contractors submit a response (electronic submission) of no more than six (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 by November 3, 2022 at 1:00 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. If a solicitation is released it will be synopsized on Contracting Opportunities at https://beta.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

Primary Point of Contact:
Jessica Williams
Contract Specialist
Jessica.Williams17@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
  • Oct 21, 2022 12:28 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 >