Looking for contract opportunity help?
General Information
-
Contract Opportunity Type: Sources Sought (Original)
-
All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
-
Original Published Date: Apr 16, 2024 01:21 pm CDT
-
Original Response Date: May 16, 2024 05:00 pm CDT
-
Inactive Policy: Manual
-
Original Inactive Date:
Jul 15, 2024
-
Initiative:
Classification
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), NCO 15 CMOP is conducting a market survey and is seeking potential sources for Minor Construction- Consolidated Mail Outpatient Pharmacy (CMOP) intends to perform construction at the Tucson CMOP, located at 3675 E. Britannia Dr., Tucson, Arizona, 85706.
TUCSON CMOP Address Physical Security Vulnerabilities at Tucson CMOP CONSTRUCTION PROJECT # 762-22-101
PROJECT OVERVIEW
1.1 PURPOSE:
The Department of Veterans Affairs (VA) Consolidated Mail Outpatient Pharmacy (CMOP) intends to perform construction at the Tucson CMOP, located at 3675 E. Britannia Dr., Tucson, Arizona, 85706.
The general construction includes demolition, building alterations, finishes, plumbing, electrical, fire protection, physical security, and building automation.
The contractor shall be responsible for all aspects of the project and each phase shall be subject to VA approval at designated project milestones. This project includes (but not limited to) all labor, materials, supplies, equipment, services, training, lighting, communications, security, building management systems floor plan, operation and maintenance manuals, as built drawings, permits, construction, installation, and commissioning.
1.2 PROJECT ACTIVITIES:
The entire activity of the project will follow the following sequence of events:
Pre-proposal Site Visit
Request for Proposal Submission
Award
Post Award Kick-off Meeting
Notice to Proceed
Bonding & Insurance
Plans Security, Schedule,
Progress Reports (Weekly)
Permits, If Necessary
Demolition, Construction, Installation, Commissioning, and Training
Final Inspection and Punch List
Acceptance
Operations and Maintenance Manuals
AutoCAD Drawings (Design, Construction, As Built)
Progress Payments
Warranty
SCOPE OF WORK
2.1 GENERAL: The Contractor shall provide all necessary services to meet the program objectives and requirements and to provide the required outcome in terms of overall quality, timeliness, and documentation, per Construction Documents & Specifications titled Tucson CMOP Building Acquisition Minor VA Project Number: 762-22-101. The Contractor shall be responsible for obtaining and coordinating the services of all Sub-Contractors performing other services on site and other entities as part of the contract to ensure the expected quality, timely, and documented final product.
Location: 3675 E. Britannia Dr., Tucson, Arizona, 85706
Normal work hours are 7:00AM to 4:00PM, local time, Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the VA-COR at least seven (7) working days prior to the proposed start of such work.
2.2 DESCRIPTION OF WORK
Lunchroom Layout: The existing lunchroom will be renovated to develop a new efficient and functional layout that incorporates furniture, appliances, sinks, storage, etc and provide new finishes, fixtures, and new or relocated equipment to a revised lunchroom space to accommodate up to 188 staff members during one break.
Lunchroom/Building Entrances for Physical Security: The existing entrance from the exterior of the building to the lunchroom be revised to create designated entrances for employees using two existing exterior, single 3 -0 , pedestrian door locations which can utilize different door types and PACS in addition to a new vestibule for employee access control and accountability via optical turnstiles. The door types and turnstiles must be able to accommodate the traffic flow for the highest use time periods, such as shift changes.
Current Main Entry & Foyer: The main entry and foyer will be renovated to allow a dedicated main public entrance with a new screening vestibule allowing administration staff to conduct 100% ID check for visitors and allowing an area for visitors to link up with pre-arranged escorts.
Reception/Vestibule: The reception area will be remodeled with new interior finishes and workstations to accommodate 4 employees. Existing pass thru at vestibule to be replaced with teller style transaction opening.
Phasing
Proposed phasing has been coordinated to limit the significant impact on CMOP operations. The A-E has coordinated with the facility and is providing one design package with the following phasing:
Phase 1 Lunchroom layout and locker room alterations
Phase 2 Employee entrance through lunchroom. During construction all employees, public, and visitors can utilize the current main entry.
Phase 3 - Public / visitor entrance through current main entry and reception build out. During construction all employees, public, and visitors will use the lunchroom entry.
3. BID ITEMS
ITEM I, GENERAL CONSTRUCTION: Work includes general construction per 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 a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. 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 late-May 2024. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000 and $3,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45 million) applies to this procurement. 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.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:
Section 1: Provide company name, UEI (Unique Entity Identifier) number, 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.
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 a response (electronic submission) of no more than eight (8) 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, UEI (Unique Entity Identifier) 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 May 16, 2024 at 5:00 PM CT. 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:
Network Contracting Office (NCO) 15
3450 S. 4th Street Trafficway
Leavenworth, KS 66048
Primary Point of Contact:
Robert Gochenour
Contract Specialist
Robert.Gochenour@va.gov
End of Document
Attachments/Links
Contact Information
Contracting Office Address
-
5049 SOUTH 13TH STREET
-
LEAVENWORTH , KS 66048
-
USA
Secondary Point of Contact
History
-
Apr 16, 2024 01:21 pm CDTSources Sought (Original)