Y1DZ--Construct Primary Care/Mental Health Building Minor Construction - Boise 531-325

Agency:
State: Idaho
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159671839255389
Posted Date: Mar 19, 2024
Due Date: Apr 2, 2024
Source: Members Only
Follow
Y1DZ--Construct Primary Care/Mental Health Building Minor Construction - Boise 531-325
Active
Contract Opportunity
Notice ID
36C77624Q0168
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 19, 2024 01:24 pm EDT
  • Original Response Date: Apr 02, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Department of Veterans Affairs Boise VA Medical Center Boise , ID 83702-4501
    USA
Description
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).
Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Construct Primary Care/Mental Health Building Minor construction project at the Boise VA Medical Center, 500 W Fort St, Boise ID 83702.
This requirement was previously solicited under Request for Proposal (RFP) 36C77623R0001 but was subsequently cancelled due to receiving pricing that did not allow for an award to be made within the Minor project threshold (at that time) of $20M.
The government initially issued Sources Sought Notice 36C77623Q0436 in July 2023 to collect information to assist in the resolicitation of this requirement. The notice stated the government had a then current target ceiling for award of construction of $15.5M.
Since then, the Minor project threshold has been increased to $30M. Considering this increase, the VA reviewed the requirement and current market pricing. The budget has been adjusted and the government has now determined the target ceiling for award of this Minor construction project to be approximately $20M to $22M. The Government cannot guarantee additional funds will be made available for award.
PROJECT DESCRIPTION:
Scope of Work
The intent of the project is to construct a new stand-alone single-story building with a 2nd floor mechanical penthouse over a portion of the building, on a flat area that is currently grass. The roof will be a sloped mansard roof along two edges and a flat roof area in the middle, hidden from view, that will be used for mechanical equipment. As a bid alternate, solar panel are designed to be roof mounted. The building will be approximately 22,300 square feet and be located on the BVAMC campus. The building will have mostly brick veneer to tie in with the other buildings on the campus. The new building will house two clinics that follow VA s Patient Aligned Care Team (PACT) model and will provide additional primary care and mental health care outpatient services to the Veterans in the greater Boise catchment area. Additional common and support spaces for these outpatient services include, but are not limited to: reception area; waiting area; mechanical, electrical, and telecommunications spaces; staff break and locker-room areas; and other areas typically associated with an outpatient clinic.
Work includes, but is not limited to, demolition, site preparation, civil, structural, some parking, architectural, mechanical, plumbing, electrical, fire suppression, and fire alarm. The new building shall be fully integrated with existing BVAMC services, site improvements, and utilities.
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 an RFP in accordance with FAR part 15.
This project is planned for advertising in May 2024. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard $45.0 million. The duration of the project is currently estimated at 487 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction-related labor, materials, and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.
The results and analysis of the market research will determine whether to limit competition among the small business categories, proceed with full and open competition as other than small business, or use a tiered set-aside evaluation. The type of socioeconomic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. All socioeconomic categories are encouraged to respond to this announcement.
CAPABILITY STATEMENT:
Respondents shall provide a general capability statement to include the following information:
Section 1 (cover page): Include a cover page that provides, at a minimum, company name, address, SAM UEI number, socioeconomic status, and 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, HUBZone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the prime contractor s available bonding capacity (single project and aggregate) in the form of a letter of intent from your bonding company. *Please ensure the single project bonding capacity is in line with the target ceiling price provided above.
Section 5: Provide the type of work your company has performed in the past in support of similar requirements. This section is IMPORTANT as it will help to determine the type of socioeconomic set-aside, if any. Please provide the following information:
No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, scope, and complexity to this requirement. Include the project name, project owner and their contact information, project scope, project size (e.g., square footage), building use (e.g., Medical Facility, Office Building, etc.), project dollar value, and start and completion dates.
Specify if your firm was the prime or a subcontractor. Describe your self-performed* effort in terms of dollar value and work completed. *Self-performed means work performed by the offeror themselves NOT work performed for them by another company.
Section 6: Provide a statement explaining if, in your professional opinion, this project as described in the scope of work can feasibly be completed within the current target ceiling price of $20M to $22M. If you have already provided a capability statement regarding this requirement, please let us know if anything in your previous response has changed. Note: Any estimates or prices provided will not be evaluated or considered binding in any way if or when a solicitation is issued for this project.
It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) pages (not including the cover page), 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 4MB or less. Please note that hard copies will not be accepted. Responses must include the sources sought number and project title in the subject line of the email. Responses shall be emailed to the point of contact by 1:00 PM ET on April 2, 2024. No phone calls will be accepted.
The capability statement submitted in response to this notice shall not be considered a bid or proposal. This notice is for information and planning purposes only and is not 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.
Currently, 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.
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
  • Mar 19, 2024 01:24 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 >