Louisiana Bids > Bid Detail

C1DA--Establish Radiation Oncology Program Design - New Orleans VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159273122462553
Posted Date: Apr 19, 2023
Due Date: Apr 26, 2023
Solicitation No: 36C77623Q0322
Source: https://sam.gov/opp/79ae195222...
Follow
C1DA--Establish Radiation Oncology Program Design - New Orleans VAMC
Active
Contract Opportunity
Notice ID
36C77623Q0322
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2023 10:45 am EDT
  • Original Response Date: Apr 26, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Southeast Louisiana Veterans Health Care System 2400 Canal Street New Orleans , Louisiana 70119
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 Establish Radiation Oncology Program at the Southeast Louisiana Veterans Health Care System (SLVHCS).

PROJECT DESCRIPTION:
A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to complete site preparation and implementation, of the following equipment purchases: two (2) Linear Accelerators, one (1) Computer Tomography (CT) based simulator, various computers and monitors for image display, dose calculations, medical documentation, and scheduling.

Construction will take place at the main campus (2400 Canal St.). Potential campus sites have been identified; however, the primary site has been used as the basis of this package. The location is expected to encompass part of adjacent to G Building of Diagnostic and Treatment. Work will require phased construction to include but not limited to preparation of new space for displaced staff and renovation of vacated space to meet functional needs. Physical security waivers and assessments will be needed as the space is expected to abut against newly constructed surface lot. Parking spaces at this lot are expected to be dedicated for patient use of this clinical function (some not all).

The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of New Orleans VAMC LA record drawings will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. New Orleans Campus Map will give AE firm a basic understanding of the New Orleans VAMC campus.

The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project.

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 2023. 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 $14,324,000.
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.
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 April 26, 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
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
  • Apr 19, 2023 10:45 am EDTSources 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 >