Maryland Bids > Bid Detail

C1DZ--512-551 Construct New Dietetics Building and Demolish Building 9H Minor Design - Perry Point (VA-23-00002457)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159031612367428
Posted Date: Dec 23, 2022
Due Date: Jan 6, 2023
Solicitation No: 36C77623Q0124
Source: https://sam.gov/opp/9ff1a3ca15...
Follow
C1DZ--512-551 Construct New Dietetics Building and Demolish Building 9H Minor Design - Perry Point (VA-23-00002457)
Active
Contract Opportunity
Notice ID
36C77623Q0124
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 23, 2022 04:58 am EST
  • Original Response Date: Jan 06, 2023 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    VA Maryland HealthCare System , MD 21902
    USA
Description
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 512-551 Construct New Dietetics Building and Demolish Building 9H to Correct Seismic Deficiencies at the VA Maryland HealthCare System (VAMHCS) in Perry Point MD.

PROJECT DESCRIPTION:

Provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, project phasing site visits and construction period administration associated with the demolition of existing Building 9H, and construction of a new building in the same location to house Dietetics (Nutrition and Food) Service. Design and construction costs shall be within the constraints of the construction budget consistent with the Veterans Affairs (VA s) project team goals as prioritized during project meetings and field surveys. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies.

Building 9H was built in 1924 as the main Diagnostics and Receiving building for Veteran patients of the newly formed VA hospital,and received a major renovation in 1972. The building most recently was used as a NCCC Domiciliary until it was vacated in 2014. The building has remained vacant since and is currently in a substantial state of disrepair.

This project will engage an architectural/engineering firm (A/E) to provide Schematic Design, Design Development, Contract Drawings, Construction Specifications, Construction Cost Estimate, and Construction Period Services. A/E Scope of Work will include, but not be limited to, civil, architectural, interior finishes, mechanical (plumbing, fire protection and HVAC), electrical, telecommunications, structural, asbestos abatement, physical security, and other specialty consultants required pertinent to the project requirements within the constraints of the construction budget consistent with the VA s project team goals as prioritized during project meetings and field surveys. All finishes shall be coordinated with VA Interior Designer. All publications, templates, design guides, references, regulations, and requirements relevant to construction of VA buildings may be found at http://www.cfm.va.gov/til/. The A/E is required to obtain the latest VA design manuals and guides from this website and adhere to the requirements contained within during all phases of the project.

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 2023 Calendar Year. 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 $14,000,000.
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 January 6, 2023 at 11 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:

Emil Reyes
Contract Specialist
Emil.Reyes@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
  • Dec 23, 2022 04:58 am 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 >