Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS
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 Construct Warehouse Addition and Reduce and Warehouse footprint at the Kansas City VA Medical Center (VAMC) located in Kansas City, MO. PROJECT DESCRIPTION: Kansas City VA Medical Center (KSVAMC) has a requirement that 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 construct a logistics/warehouse at our main facility for an addition of approximately 16,500 square feet to create space that is compliant with logistics space requirement compliant with special air requirements, meeting staff space needs, and improve accessible loading docks. The selected firm will conduct an initial truck route feasibility. Once the Feasibility study is conducted the findings shall be presented to the Kansas City VA Hospital evaluating the truck route concept. The truck route should be compliant with latest AASHTO standards truck turn radii specifications. A telecommunications equipment room with associated HVAC, power and lighting shall be provided in support of the telecommunications requirement A-E shall coordinate with Facility End-User requirements meeting the latest VA Telecom specs for infrastructure and telecom room. New mail room will be moved to warehouse 1 renovating the existing space and docking stations and adding physical security requirements meeting the latest Physical Security & Resiliency Design requirements. The new mail room shall have a dedicated air handling system. All civil, architectural, structural, environmental and MEP design is to be included herein. This facility will be completely furnished; therefore, space planning is to be included along with the design. This facility will be completely furnished; therefore, space planning is to be included along with the design. All design work shall be based on all applicable Federal and Local building codes and regulations. 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 March 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 cannot exceed $14,000,000. 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. 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 September 29, 2023 at 01 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: Emil Reyes Contract Specialist Emil.Reyes@va.gov
C1GZ--Construct Warehouse Addition and Reduce Warehouse Footprint Minor Design - Kansas City VAMC (VA-24-00008421) is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.