Y1DA--614-22-700 EHRM Infrastructure Upgrades Construction Memphis TN

Agency:
State: Tennessee
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159188572789197
Posted Date: Dec 27, 2023
Due Date: Jan 11, 2024
Source: Members Only
Follow
Y1DA--614-22-700 EHRM Infrastructure Upgrades Construction Memphis TN
Active
Contract Opportunity
Notice ID
36C77624Q0083
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 27, 2023 01:04 pm EST
  • Original Response Date: Jan 11, 2024 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Memphis VAMC Memphis , TN 38104
    USA
Description
SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought 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 EHRM Infrastructure Upgrades Construction project at the Lt. Col. Luke Weathers, Jr. VA Medical Center Memphis.
PROJECT DESCRIPTION:
The contractor shall provide all necessary tools, labor, materials, equipment, permits, license, supervision, and quality control for EHRM Infrastructure Upgrades Memphis, TN at the Lt. Col. Luke Weathers, Jr. VA Medical Center Memphis, in accordance with the drawings and specifications. Work includes infrastructure upgrades and reconfiguring and renovating existing space impacted by said improvements. Infrastructure upgrades include electrical, bonding, UPS, building management systems interfaces, HVAC, communication, physical security upgrades, and fiber infrastructure backbone campus wide within and between buildings, including modification to impacted roads, walks, grading and drainage, and other existing utilities, data center, WAN updates, and hazardous material abatement. Project buildings include 1, 1A, 5, 6, 7, 9, and 10.
PROCUREMENT INFORMATION:
The proposed project will be a competitive firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14. 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.
This project is planned for advertising in early March 2024. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. It has been determined that the value of this project is closer to the higher range of the magnitude cited above. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 670 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.
The government is concerned that Small Disadvantaged Veteran Owned Small Business (SDVOSB) may have difficulty obtaining the necessary bonding capabilities to perform a project of this magnitude. Accordingly, all business types (e.g., SDVOSB, VOSB, 8(a), HUBzone, etc) are highly encouraged to provide responses demonstrating their interest as outlined below.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:
Section 1: Provide company name, Unique Entity Identifier number associate with SAM.gov, 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.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above.
Section 5: 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 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.
Provide specific examples that relate aspects of previous projects to the proposed project. 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 6: Project Labor Agreement (PLA) - A PLA is defined as a pre-hire Collective Bargaining Agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). The PLA questionnaire must be filled out and returned with the Sources Sought response. The questionnaire can be found at the end of this document.
Federal Acquisition Regulation (FAR) 22.503 Policy:
(a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects.
(b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will-
(1) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and
(2) Be consistent with law.
(c) Agencies may also consider the following factors in deciding whether the use of a project labor agreement is appropriate for the construction project:
(1) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades.
(2) There is a shortage of skilled labor in the region in which the construction project will be sited.
(3) Completion of the project will require an extended period of time.
(4) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project.
(5) A project labor agreement will promote the agency s long term program interests, such as facilitating the training of a skilled workforce to meet the agency s future construction needs.
(6) Any other factors that the agency decides are appropriate.
See FAR Provision: 52.222-33 Notice of Requirement for Project Labor Agreement and FAR
It is requested that interested contractors submit a response (electronic submission) of no more than nine (9) single sided pages, single-spaced, 12-point font minimum that addresses the above information (this is inclusive of the PLA questionnaire). 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, Unique Entity Identifier (if available), 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 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 January 11, 2024 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; 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.

Contracting Office Address:
VHA Program Contracting Activity Central (VHA-PCAC)
6100 Oak Tree Blvd., Suite 490
Independence, OH 44131

Primary Point of Contact:
Sharese McKinney
Contract Specialist
sharese.mckinney@va.gov




PROJECT LABOR AGREEMENT (PLA) QUESTIONNAIRE
(Please respond to the questions below)

1. Is your company familiar with Project Labor Agreement (PLA) and its use on construction projects?
Yes/No
Comments:
2. Would your company likely submit a proposal for the VA construction solicitation that requires the use of a PLA?
Yes/No
Comments:
3. If VA requires a PLA, would your proposed construction cost likely to increase or decrease and what is the likely percentage of cost increase or decrease?
Comments:
4. Does the VA requirement to use of a PLA on a construction project restrict competition?
Yes/No
Comments:
5. Do you expect subcontractor resistance should VA requires the use of a PLA on this construction solicitation?
Yes/No
Comments:
6. Do you have additional comments regarding the use of a PLA for this project?
Comments:
--- End of PLA Questionnaire ---
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
  • Dec 27, 2023 01:04 pm ESTSources 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 >