Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-05 10:23:00
United States SAM

C1FZ--VISN 7 Atlanta VAMC Construct Trinka Davis Veterans Village Community Living Center - 20 Beds (VA-22-00001073)

Process Number 36C77621Q0500

USA

Dates:


Notice ID:

36C77621Q0500

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

247-NETWORK CONTRACT OFFICE 7 (36C247)

Office:

247-NETWORK CONTRACT OFFICE 7 (36C247)

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-05 10:23:00

Original Response Date:

Oct 29, 2021 04:30 pm EDT

Inactive Policy:

Manual

Original Inactive Date:

Nov 28, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

C1FZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER RESIDENTIAL BUILDINGS

NAICS Code:

541330 - Engineering Services

Description:


Original Set Aside:

INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes this Sources Sought Notice is for information and planning 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 Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a complete design package for AE Design of TDVV CLC 20 Beds, located in Decatur, Georgia. PROJECT DESCRIPTION: This project will provide for the construction of two (2) Community Living Centers (CLCs) each to be referred to as the Small House Model" or Small House . Each Small House will house ten (10) patients. These homes will exceed the community standard for Nursing Home Care by providing a more personal level of care in an enhanced environment and augment the four existing CLC small homes (TDVV CLC Units A, B, C, and D). VA Small Houses are owned and operated by the Department of Veterans Affairs. These facilities provide long and short-term skilled nursing care and rehabilitation. For further details please see attached statement of work, SoW. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing FAR 36 A-E Services and the Brooks Act. This notice is to determine if there are qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns that are capable of completing this project. The type of socio-economic set-aside will depend upon the responses to this notice and any other information gathered during the market research process. The North American Industry Classification System (NAICS) code 541330 (size standard $16.5 million) applies to this procurement. This project is planned for advertising in October of 2021. The estimated cost of the construction of the design is estimated between $10 million and $20 million. The duration of the project is currently estimated at 400 calendar days from the issuance of a Notice to Proceed. The services for this project will include all preliminary planning and special services, preparation of design drawings and specifications, construction period services and site visits. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide a Statement of Interest in the project. It is requested that interested contractors submit a response (electronic submission) of no more than 6 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 10, 2021 4:30 PM 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 FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Marcel Lambert, Contract Specialist Marcel.lambert@va.gov

Attachments / Links:


Document Size Updated date Download

Contact Information:


ONE FREEDOM WAY

AUGUSTA , GA 30904

USA

Primary Point of Contacts:

Marcel Lambert