New York Bids > Bid Detail

Y1DA--Build Community Living Center at Montrose Campus (VA-22-00046493)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159891557127263
Posted Date: Nov 16, 2022
Due Date: Nov 30, 2022
Solicitation No: 36C77623Q0047
Source: https://sam.gov/opp/a617b4197f...
Follow
Y1DA--Build Community Living Center at Montrose Campus (VA-22-00046493)
Active
Contract Opportunity
Notice ID
36C77623Q0047
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 (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 16, 2022 01:43 pm EST
  • Original Published Date: Nov 16, 2022 01:20 pm EST
  • Updated Response Date: Nov 30, 2022 12:00 pm EST
  • Original Response Date: Nov 30, 2022 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 29, 2023
  • Original Inactive Date: Jan 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    2094 Albany Post Rd, Montrose, NY , 10548
    USA
Description
SYNOPSIS:

INTRODUCTION:

In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought 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 to Construct a New Community Living Center located at Montrose Veterans Affairs Medical Center (VAMC), Montrose, NY.

This requirement was previously solicited for under IFB 36C77622B0046 but was subsequently cancelled due to all bids significantly exceeding the available budget for the project.

A tiered evaluation is being contemplated based on socioeconomic categories within NAICS code 236220 (size standard $39.5 million). All socioeconomic categories are encouraged to respond to this announcement.

PROJECT DESCRIPTION:

Please see the attached drawings and specification for the full scope of the project.

PROCUREMENT INFORMATION:

The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors, or as an Invitation for Bid (IFB) in accordance with FAR Part 14 considering Price only. 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.

This project is planned for advertising in during fiscal year 2023. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 832 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.

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 236220. 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 prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the available budget amount listed below in Section 6.

Section 5: 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 owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
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.
Section 6: The government has a target ceiling for award of construction of $16,500,000.00, based on the funds currently available for this project. The Government cannot guarantee that additional funds will be made available for award. Please provide a statement explaining whether or not, in your professional opinion, all aspects of this project as described in the specifications and drawings can feasibly be completed at or below this target ceiling price. Please note this is not a solicitation, and any estimates or prices provided will not be evaluated or considered binding in any way if and when an RFP/IFB is issued.

It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that 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, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by November 30 at 12:00 PM Eastern Standard Time. 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, proceed with full and open competition as other than small business, or utilize a tiered evaluation approach.

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:

Secondary Point of Contact
William Henkel
William.Henkel@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

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 >