Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DA--Sources Sought Project 564-17-106| Correct MRI ADA

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 (Updated)
  • Updated Published Date: Apr 04, 2022 01:43 pm CDT
  • Original Published Date: Mar 15, 2022 09:24 am CDT
  • Updated Response Date: Apr 08, 2022 11:59 pm CDT
  • Original Response Date: Mar 30, 2022 11:59 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 13, 2022
  • Original Inactive Date: Apr 13, 2022
  • 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:
    Veterans Health Care System of the Ozarks 1100 N. College Avenue Fayetteville , 72703
    USA

Description

Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Veterans Health Care System of the Ozarks in Fayetteville, AR | Correct MRI ADA Deficiencies | Project# 564-17-106 In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, NCO16 is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a VHA procurement opportunity. In case no SDVOSBs or VOSBs possess the capacity, all Small Businesses possessing the necessary capacity are encouraged to provide a response. Results of the preliminary market research will be used to determine the potential future solicitation s set-aside requirement. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. Project Scope Summary: The Contractor must furnish all management, supervision, labor, material, equipment, tools, supplies, consumables, parts, and related services, in accordance with the SOW, drawings, and specifications to fully complete the renovation to correct the MRI ADA deficiencies by adding a new dressing room and restroom and reconstruct the existing restroom and dressing room for ADA compliance. Additionally, the contract requires the addition of a handwashing sink, a patient lift, and the replacement of one of the MRI room doors. The project will include, but is not limited to, all rework and addition of MEP, finishes, substrates, and FFE. This is a phased project and must be completed in accordance with the contract drawings; partial access to the MRI suite and full access to the MRI rooms and support areas must be maintained throughout the project. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $ 250,000.00 and $500,000.00 Requested Information: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please identify your firm s small business category. If your firm is either SDVOSB or VOSB, please state whether you are currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction. Current SBA size standard for NAICS 236220 is $39.5M. 3. Please provide a capability statement. Describe your firm s in-house capability to accomplish the summarized project scope/goal; how your firm intends to meet the 15% self-performance requirement per PL109-461; and confirmation that your firm can obtain performance and payment bonds up to $1M for this project. 4. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address, and telephone number. (b) Contract number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. Response Submission: Please submit your information via email to Kenny Holestin, Contracting Specialist, at Kenny.Holestin@va.gov, by the closing date and time listed on this announcement. Please limit your responses to three (3) pages and include the following as the subject line of your email: Sources Sought for MRI Suite ADA Deficiencies; Project# 564-17-106; Your Firm s Name. Please do not include advertising or promotional materials. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Contact Information

Contracting Office Address

  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA

Primary Point of Contact

Secondary Point of Contact





History