SOURCES SOUGHT
C -- VISN 22 - Minor Design - 762-302 Tucson CMOP (VA-25-00013052)
- Notice Date
- 3/10/2025 2:11:22 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77625Q0144
- Response Due
- 3/17/2025 10:00:00 AM
- Archive Date
- 06/15/2025
- Point of Contact
- Mica Tacderan, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
mica.tacderan@va.gov
(mica.tacderan@va.gov)
- Awardee
- null
- Description
- 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 Emergency Pharmacy Building at the Tucson CMOP facility located in Tucson, AZ. PROJECT DESCRIPTION: The Tucson Consolidated Mail Outpatient Pharmacy (CMOP) is seeking an architect / engineering firms to provide A/E services for the investigation, design, cost estimating, preparation of construction documents, and construction administration services for a new building that will house an Emergency Pharmacy Service (EPS) tractor trailer, storage, and administrative space. The facility will not be open to the public and the parking lot is access controlled. Since the property is federally owned, city permitting is not required. The Construction documents shall be stamped by individuals licensed through the Arizona State Board of Technical Registration. The maximum square footage of the building is 23,433 (219 x 107 ) and the minimum is 17,500. The exact size will depend on the space plan, whether two floors can be utilized, and budget. The scope of this project includes but not limited to the following: Civil (i.e. utilities, grading, and drainage), Architectural (i.e. space plans, floor plans, FFE, and landscaping), Structural (i.e. exterior walls and roof), Mechanical (i.e. floor plans, sequence of operations, and equipment), Electrical (i.e. floor plans, equipment, integration of solar PV system, and one-lines), Telecommunications (i.e. floor plans and integration with main CMOP building), and Physical Security (i.e. access controls, intrusion detection, video surveillance, and integration with main CMOP building and parking lot). The A/E is responsible for all labor, materials, tools, equipment, and design services necessary to complete the design of the project. The A/E shall provide a complete construction ready design, Scope of Work, construction cost estimate and percent-loaded construction schedule for the parking garage, including identifying the critical path. The completed design will satisfy all requirements assuring compliance with all applicable local, state and VA/federal codes and guidelines. The proposed designs should include the following requirements: Complete architectural, plumbing, structural, electrical, civil, mechanical, and fire protection system design. All other work related to provide a complete and usable project based on the requirements stated above. 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 mid to late May 2025. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $13,955,880. 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 541330. 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� March 17, 2025, 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: Mica Tacderan Contract Specialist Mica.Tacderan@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7e81e5af1ff4109ac6ce47b2c373475/view)
- Place of Performance
- Address: Tucson CMOP 3670 E. Britannia Drive, Tucson, AZ 85706, USA
- Zip Code: 85706
- Country: USA
- Zip Code: 85706
- Record
- SN07367030-F 20250312/250310230048 (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 |