Modular Office Space at VA San Francisco Healthcare System
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: Jan 12, 2022 10:12 pm EST
- Original Response Date: Jan 18, 2022 12:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
- NAICS Code:
- 532120 - Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Place of Performance: San Francisco , CA 94121USA
Description
The VHA’s Network Contracting Office 21, on behalf VA San Francisco Health Care System is conducting this Sources Sought to identify vendors who posses the capabilities and capacity to provide the required elements of the VASFHCS’s Mobile Office Swing Space requirement. Requirement includes temporary leasing of 8 modular offices, serving as swing space for displaced employees due to existing and upcoming construction activity. Due to significant space constraints and limitations on FT. Miley campus, this modular office lease requirement requires the following building dimensions: 3 each 20’X56’, 2 each 20’X16’, 1 each 24’X40’, 1 each 16’X40’, 1 each 24’X40’ and 1 each 10’X28’ unit. As indicated in the attached statement of work, modifications to these locations (as outlined in Attachment A) and dimensions may be acceptable however the site is very congested and unimpeded areas are limited.
As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Quote (RFQ), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.
This notice shall not be construed as a RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so quotes will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.
Submission Instructions: Responses via email are due NLT 12:00 PST 1/18/2022 to maxwell.derck@va.gov and must include the information requested below. Responses greater than 20 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:
Business Name and Address:
Small Business Socio-economic category:
Business DUNS Number and CAGE Code:
POC Name, email and contact number:
Rough Order of Magnitude (ROM) Cost Estimate: Please provide an initial estimate of the cost of the project. Please note: Any stated amount may be adjusted at time of formal solicitation.
Anticipated Delivery Time-frame:
Please indicate if any Small-Business subcontracting opportunities exist:
Demonstrated Ability to meet the Governments requirement. PLEASE NOTE: Capability statements are an acceptable means to of addressing this requirement.
Thank you. Please provide all response NLT 12:00 PST on 1/18/2022.
See attached document: Attachment A - Modular Swing Space.
See attached document: P09 - Modular Office Swing Space SOW.
Attachments/Links
Contact Information
Contracting Office Address
- 10535 HOSPITAL WAY
- MATHER , CA 95655
- USA
Primary Point of Contact
- Maxwell W. Derck
- maxwell.derck@va.gov
- Phone Number 702-791-9000-x 14939
Secondary Point of Contact
History
- Feb 02, 2022 11:55 pm ESTSources Sought (Original)