Iowa Bids > Bid Detail

C1DA--AE Expand Bldg 2 3rd Floor - Iowa City VAMC

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159109219815515
Posted Date: Jan 25, 2024
Due Date: Feb 1, 2024
Source: https://sam.gov/opp/42db7b2d8c...
Follow
C1DA--AE Expand Bldg 2 3rd Floor - Iowa City VAMC
Active
Contract Opportunity
Notice ID
36C77624Q0111
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 25, 2024 11:53 am EST
  • Original Response Date: Feb 01, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Iowa City VAMC Iowa City , IA 52246
    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 Bldg 2, 3rd floor- Minor Design Project at the Iowa City VA Medical Center (VAMC).

PROJECT DESCRIPTION:
The scope of work for this project consists of the architectural and engineering design services for project 636-808, Expand Bldg 2, 3rd Floor for the Iowa City VA Health Care System. This project will add the third and final floor to building 2, providing approximately 7400 square ft of additional administrative space. The new space will be primarily occupied by the education department at the ICVAMC. Space will include training spaces, conference room/s, and flexible working space to meet the needs of the hospital education department. The existing elevator and stairwells will extend to the third floor. Accordingly, the Architect/Engineer contract will include investigative services, preparation of design development documents; preparation of construction documents (including architectural, structural, fire safety, mechanical, electrical systems, etc.) design reviews, cost estimates, reproduction of design documents, construction period services (including site visits, final inspections, as-built drawings, and other necessary items). The services of a third-party Fire Protection Engineer may be required. The final construction documents will also include sprinkler layout plans.

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 late May 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 construction cost limit for the construction contract is approximately $5,000,000.
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, 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 February 1st 2024 at 4:00 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:

Jessica Stevenson
Contract Specialist
jessica.stevenson3@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
  • Jan 25, 2024 11:53 am ESTSources 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 >