Z1DA--596A4-22-700 EHRM Infrastructure Upgrades Construction Lexington-Cooper,KY (VA-24-00005659)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Kentucky
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159996726504185
Posted Date: Jul 26, 2023
Due Date: Aug 4, 2023
Solicitation No: 36C77623Q0462
Source: Members Only
Follow
Z1DA--596A4-22-700 EHRM Infrastructure Upgrades Construction Lexington-Cooper,KY (VA-24-00005659)
Active
Contract Opportunity
Notice ID
36C77623Q0462
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: Jul 26, 2023 07:34 am EDT
  • Original Response Date: Aug 04, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Lexington Cooper VA Medical Center Lexington , KY 40502
    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).
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 Electronic Health Record Modernization (EHRM) Infrastructure Upgrades Construction project at the Lexington Cooper VA Medical Center, 1101 Veterans Drive, Lexington, KY 40502
PROJECT DESCRIPTION:
The Lexington Cooper VAMC is seeking a general contractor to furnish all labor, materials, equipment, and supervision and perform all work necessary to complete the EHRM Infrastructure Upgrades Construction project. Work includes general construction, alterations, telecommunications, electrical, HVAC, Plumbing, Hazardous Waste Removal and other disciplines as required to complete the scope of this project. Project involves expansion of existing telecommunication rooms (TR s), power upgrades, replacement of data cabling with CAT6A, renovation of existing data center to include power / data / equipment / HVAC. All work is to be performed in accordance with the drawings and specifications.
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 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 October of 2023. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00 (lower end of this range). 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 455 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.
CAPABILITIES STATEMENT:
Respondents shall provide a general capabilities 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, socio-economic 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, 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 (single and aggregate) in the form of a letter of intent from your bonding company.
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 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, 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.
Describe specific technical skills and key personnel your company possesses to perform the requirements listed under the description of work.
Describe your self-performed* effort (specify as either prime or subcontractor) in terms of dollar value and work completed. *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 a response (electronic submission) of no more than eight (8) 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 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 primary point of contact listed below by 1:00 PM ET on August 4, 2023. No phone calls will be accepted.
The capabilities statement submitted in response to this Sources Sought 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. 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.
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.

Contracting Office Address:
VHA PCAC
6100 Oak Tree Blvd., Suite 490
Independence, OH 44131

Primary Point of Contact:
Kara Evert
Contract Specialist
kara.evert@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
  • Jul 26, 2023 07:34 am 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 >