Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2023 SAM #7997
SOURCES SOUGHT

C -- Expand Cancer Research Building 42 Minor Design - Durham VAMC

Notice Date
10/18/2023 4:57:00 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624Q0014
 
Response Due
10/26/2023 10:00:00 AM
 
Archive Date
02/02/2024
 
Point of Contact
Jason Schultz, Contract Specialist, Phone: (216) 791-3800
 
E-Mail Address
jason.schultz@va.gov
(jason.schultz@va.gov)
 
Awardee
null
 
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 Cancer Research Building 42 at the Durham VA Medical Center (VAMC). PROJECT DESCRIPTION: The VAMC in Durham, NC is in the process of completing its Cancer Treatment Center (known as Building 42) and is looking to expand it with additional chemical infusion treatment, surgical oncology rooms, multi-purpose exam rooms, and research suite . The building needs to have an additional two floors added to it for these spaces. The building was originally designed to be completed as a 4-story building. The concept design developed by the VA is to add a floor for chemical infusion (2nd floor) and an additional floor for exam rooms (3rd floor). Each floor is roughly 10,000 sq.ft Design Scope A full design will be created by the A/E based on the rough space planning. The architectural look of the new floors will match the completed ground and first floor style. The 2nd floor will be the Chemotherapy suite consisting of chemotherapy infusion rooms, Pharmacy chemotherapy clean rooms (both a hazardous and non-hazardous compounding room) with ante room, and supporting spaces (nurses station, waiting room, staff rooms, cleaning, IT telecom room, etc.). The 3rd floor will be for Surgical Oncology suite consisting of surgical oncology exam rooms, additional exam rooms configured for hoteling setup (multi-specialty), research suite, administrative space, and supporting spaces (staff rooms, cleaning, nurses station, IT telecom room, etc.). The three elevators in Building 42 will have to be extended to these new floors. The stairways will have to be extended to the new floors, with the northern stairway providing roof access. The passageway from the new 3rd floor of Building 42 will join Building 1 at F3184/F3186. These spaces will have to be reconfigured for the new passage between buildings. This will be considered a staff area and not have to join the main hallway inside F-Wing. Review structural design calculations from 558-321 Construct Specialty Care Building 42. Investigate if eastern column design to confirm extending 3rd floor to eastern-most column line. Design louver system for existing roof (now 2nd floor) air handling units to perform as designed. Review design calculations to allow construction of roof-top mechanical room penthouse per current design manuals. Add air conditioning to southern stair tower. 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 2024. 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 541310 (size standard $12.5 million) applies to this procurement. The duration of the project is currently estimated at 360 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 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. Include a narrative for each project that relates the submitted project to the subject requirement in terms of size, scope, and complexity. Describe specific technical skills your company possesses 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 October 25, 2023 at 1:00 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. Primary Point of Contact: Jason Schultz Contract Specialist jasn.schultz@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86e5cd0c41374baa840fb266218e8967/view)
 
Place of Performance
Address: Durham VA Medical Center (VAMC) 508 Fulton Streetr, Durham, NC 27705, USA
Zip Code: 27705
Country: USA
 
Record
SN06862575-F 20231020/231018230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.