Hawaii Bids > Bid Detail

C1DA--459-310 Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program - Minor - Design - Spark M. Matsunaga Department of Veteran's Affairs Medical Center - Honolulu, Hawaii

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159033139980134
Posted Date: Sep 25, 2023
Due Date: Oct 2, 2023
Source: https://sam.gov/opp/9260d8c9c8...
Follow
C1DA--459-310 Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program - Minor - Design - Spark M. Matsunaga Department of Veteran's Affairs Medical Center - Honolulu, Hawaii
Active
Contract Opportunity
Notice ID
36C77623Q0543
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: Sep 25, 2023 05:41 pm EDT
  • Original Response Date: Oct 02, 2023 08:30 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 01, 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:
    • 541310 - Architectural Services
  • Place of Performance:
    Spark M. Matsunaga VAMC Honolulu , HI 96819
    USA
Description
SYNOPSIS:

INTRODUCTION:
This 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 Expand and Renovate Center for Aging to Support the Psychiatric Residential Recovery Program Design at the Spark M. Matsunaga Department of Veteran s Affairs Medical Center (VAMC), located in Honolulu, Hawaii.

PROJECT DESCRIPTION:
The Spark M. Matsunaga VAMC has a requirement to design a project including site visits, field investigation, conduct of 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 5,000 GSF of the existing CFA B-Wing including: converting double bedrooms with shared bathrooms (4-beds/1-bathroom) to single bedrooms with adjacent bathroom, as described in the Farnsworth Group project Study.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 first quarter of Fiscal Year 2024. The North American Industry Classification System (NAICS) code 541310 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the magnitude of construction for the construction contract will be between $10,000,000.00 and $20,000,000.00.
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 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 Monday October 2nd, 2023 at 0830 AM EST. 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.

Primary Point of Contact:

Penhollow, Zachary E.
Contract Specialist
Program Contracting Activity Central
Zachary.Penhollow@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
  • Sep 25, 2023 05:41 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 >