Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--Expand Specialty Care Clinical Space and Welcome Center

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)
  • Original Published Date: Mar 04, 2022 11:15 am MST
  • Original Response Date: Apr 03, 2022 02:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 11, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Alabama Veterans Affairs Healthcare System Facilit (BVAHCS) Birmingham , 35233
    USA

Description

Page 4 of 4 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 qualified firms to provide professional Construction Services to Expand the Specialty Care Clinical Space and Welcome Center at the Birmingham, Alabama Veterans Affairs Healthcare System (BVAHCS) facility. PROJECT DESCRIPTION: Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work required by drawings and specifications. Work includes general construction, alterations, walks, grading, drainage, necessary removal of existing structures and construction and certain other items. Work includes expansion of the existing Birmingham VA Medical Center fronting Nineteenth Street on five levels, including the roof. The ground floor includes a security vestibule; lobby; vending; welcome center; monumental stair; enclosure of a walkway to create a corridor to Seventh Avenue; and entrance canopy and associated site work. The first floor includes a mezzanine connected to the lobby below by the monumental stair. The second and third floors include specialty care clinical spaces. Renovation includes new finishes in an area west of the new lobby at the ground floor, as well as that required where new work abuts existing. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract for construction outlined in FAR Part 36.2 Special Aspects of Contract for Construction. The North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction (size standard $39.5 million) applies to this procurement. This project is planned for advertising in March / April of 2022. The duration of the project is currently estimated at 500 calendar days from the issuance of a Notice to Proceed. However, 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. CAPABILITY STATEMENT: Respondents shall provide a response to this notice that contains the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide socio-economic category based on NAICS code 236220. 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. Please provide the following in your response: A detailed description of no more than three (3) contracts that your company has performed within the last five (5) 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. Additionally, please include an explanation of how the contracts submitted relate to the project described in this requirement. 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 company themselves, NOT work performed by another company for them for any of the project examples provided. Section 5: Provide the company s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. Section 6: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Section 7: Provide current professional certifications, as applicable to the project. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by April 3, 2022 at 2:00 PM MST. No phone calls will be accepted. Questions regarding this Sources Sought notice may be submitted via email to the primary point of contact listed below. 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 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. If a solicitation is released it will be synopsized on Contracting Opportunities at https://sam.gov . It is the potential respondent's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Robin Cramer Acquisition Specialist robin.cramer@va.gov

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 11, 2022 09:55 pm MDTSources Sought (Original)