Hawaii Bids > Bid Detail

C1DA--Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program - Design

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159012769190164
Posted Date: Mar 27, 2023
Due Date: Apr 3, 2023
Solicitation No: 36C77623Q0289
Source: https://sam.gov/opp/3a7e164e67...
Follow
C1DA--Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program - Design
Active
Contract Opportunity
Notice ID
36C77623Q0289
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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: Mar 27, 2023 04:11 pm EDT
  • Original Response Date: Apr 03, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Spark M. Matsunaga VAMC 459 Patterson Road Honolulu , HI 96819
    USA
Description
SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning 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 Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program at the Spark M. Matsunaga VAMC located at 459 Patterson Road, Honolulu , Hawaii, 96819. This is a DESIGN project.

PROJECT DESCRIPTION:
The Architect/Engineer (A/E) shall for this design project includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program. The project shall include, but is not limited to the following:

A new 12,000 gross square footage (GSF) building addition to existing building 110 Center for Aging (CFA) to support the required services for the Psychiatric Residential Recovery Program (PRRP). The expansion must include patient care services, administrative areas, and support areas as described in the Farnsworth Group project Study Appendix 6.1 Program for Design.

Renovate up to 7,000 GSF of the existing CFA B-Wing including: converting all double bedrooms with shared bathrooms (4-beds/1-bathroom) to single bedrooms with adjacent bathroom, as described in the Farnsworth Group project Study.

A/E Part Two Services: of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 1 site visit per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. All Part Two Services are optional line items and will not be exercised at the time of award.

The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of VA Pacific Islands Health Care System (VAPIHCS) record drawings will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design.

The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project.

The A/E firms representatives performing site investigations on VAPIHCS campus must have the following additional requirements before starting site investigations on campus:
Pre and weekly negative COVID test while working in patient care areas
Daily visit at check-in station for COVID and temperature screening
Sticker/device must be worn visibly
Contractor badge must be obtained and worn by contractor or representative at all times while on campus

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the Design approach outlined in FAR Part 36.6 Architect-Engineer Services. This project is planned for advertising in 2023. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000 The North American Industry Classification System (NAICS) code 541330 (size standard $25.5 million) applies to this procurement. The duration of the project is currently estimated at 287 calendar days from the issuance of a Notice of Award. 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 general capabilities statement in the following information:
Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 541310. 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 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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 shall be submitted via email to the primary point of contact listed below by April 3, 2023 at 1PM 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)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131

Primary Point of Contact:
Jason Schultz
Contract Specialist
jason.schultz@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 27, 2023 04:11 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 >