Oklahoma Bids > Bid Detail

5680--635 A/E design Specialty Hospital Outside Work (VA-23-00036402)

Agency:
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159237407972924
Posted Date: May 4, 2023
Due Date: May 15, 2023
Solicitation No: 36C77623Q0357
Source: https://sam.gov/opp/a118ce20f5...
5680--635 A/E design Specialty Hospital Outside Work (VA-23-00036402)
Active
Contract Opportunity
Notice ID
36C77623Q0357
Related Notice
Department/Ind. Agency
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 04, 2023 03:14 pm EDT
  • Original Response Date: May 15, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5680 - MISCELLANEOUS CONSTRUCTION MATERIALS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Norman Specialty Hospital 1210 W. Robinson St. Norman , OK 73069
    USA
Description
SYNOPSIS:

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 potential sources for the Renovate Norman Specialty Construction project at the Oklahoma City VA Medical Center located in Oklahoma City, OK

PROJECT DESCRIPTION:
The purpose of the project is to fix deficiencies found in the FCA report during the due diligence process of the purchase of Norman Specialty Clinic. The contractor shall furnish all equipment, materials, labor, supervision, and quality control to perform work to renovate the Norman Specialty Clinic. The scope of the project covers various areas and locations within the ambit of the Norman Specialty Clinic with a variety of work ranging from repair, restoration, renovation, replacement, and refurbishment listed as follows:
Existing stone masonry to be cleaned, repointed, and resealed, approx. 80 SF.
Replace and match existing metal panel system on east side courtyard, system approx. 600 SF.
EIFS System needs repair on North side including Canopy structure. Provide new mesh and skin coat to match existing approx. 3,400 SF.
Exterior metal doors are in poor condition.
Pressure wash for cleaning of mortar and stone. Reseal, approx. 10,600 SF.
Replace approx. 1300 LF of gutters and approx. 46 downspouts.
Existing metal coping at parapets are in poor condition and near the end of their useful life, replace approx. 500 LF.
Replace gravel roof approx. 36,600 SF.
Replace approx. 60 SF between metal paneling between gravel roof and asphalt shingles
Replace approx. 1800 SF and 400 LF of flash mastic.
Replace approx. (68) 5' x 6' windows.
The Contractor shall be responsible to verify all existing conditions and shall initiate detailed inspections of the Norman Specialty Clinic to confirm and to validate the accuracy of the work locations and the extent of the scope of work involved in this project.


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 either as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. 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 mid to late June 2023. In accordance with VAAR 836.204, the magnitude of construction is between $500,000.00 and $1,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 120 calendar days from the issuance of a Notice to Proceed. 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, 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 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 nine (9) 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, Dun & Bradstreet number, Unique Entity Identifier (if available), 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 15, 2023, at 2:00 PM 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.

Contracting Office Address:
VHA Program Contracting Activity Central (VHA-PCAC)
6100 Oak Tree Blvd. Suite 490
Independence, OH 44131

Primary Point of Contact:
Gregory Parker

Contract Specialist
Gregory.parkerjr@va.gov
Attachments/Links
Attachments
Document File Size Access Updated Date
36C77623Q0357.docx (opens in new window)
30 KB
Public
May 04, 2023
file uploads

Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • May 04, 2023 03:14 pm EDTSources 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 >