Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    Y1DA-- INTERVENTIONAL RADIOLOGY RENOVATION CONSTRUCTION MINOR - DESIGN BUILD CONSTRUCTION WEST HAVEN CT VAMC 689-CSI-125

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C77625Q0167Sources SoughtINDEPENDENCE, OH
    Closed
    STATUS
    Closed
    closed Apr 2, 2025
    POSTED
    Mar 25, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Y1DA
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking potential sources for design and construction services for the renovation of the Interventional Radiology Suite at the West Haven VA Medical Center in Connecticut. This project aims to modernize the existing suite, requiring coordination with Philips for new X-Ray equipment. This Sources Sought Notice is for market research only and does not constitute a solicitation. Interested parties should note the NAICS Code 236220.

    Contract details

    Solicitation No.
    36C77625Q0167
    Notice Type
    Sources Sought
    Posted Date
    March 25, 2025
    Response Deadline
    April 2, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Y1DA
    Contract Code
    3600
    Primary Contact
    Skye Budney
    State
    OH
    ZIP Code
    44131
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    SYNOPSIS: 36C77625Q0167 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 for the design and construction services for the Interventional Radiology Renovation Construction at the West Haven VA Medical Center (VAMC) located at 950 Campbell Avenue, West Haven, CT 06516. PROJECT DESCRIPTION: The goal of this project is to renovate and modernize the existing Interventional Radiology (IR) Suite. The new IR suite will utilize and redesign existing square footage to create a highly technical and homelike healing environment for veterans. The project scope of work includes but is not limited to, providing all labor, materials, tools, equipment, and design-build services necessary for following scope: The scope of this project includes the replacement of the IR X-Ray equipment within the IR Suite, located on the first floor of Building 1 at the VA Connecticut Healthcare System, West Haven Campus. The IR X-Ray equipment has been procured by the VA on a separate contract, PO 689B21004 Delivery Order 36A79719N0022 with Philips Equipment. Coordination with the IR equipment vendor/manufacturer, Phillips, is required. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach in FAR Part 36.3 Two-Phase Design-Build Selection Procedures (Final Specifications and Drawings will be provided). This project is planned for advertising mid-2025. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000 and $5,000,000. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 540 calendar days from the issuance of a Notice of Award. However, 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. 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 VAAR Magnitude of Construction listed above. 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 magnitude, size (sf), 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 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 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 5MB 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, Unique Entity Identifier (if available), 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 both of the points of contact listed below by April 2, 2025 at 12:00 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. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Points of Contact: Skye Budney Contract Specialist Skye.Budney@va.gov Jason Schultz Contracting Officer Jason.Schultz@va.gov

    Key dates

    1. March 25, 2025Posted Date
    2. April 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Y1DA-- INTERVENTIONAL RADIOLOGY RENOVATION CONSTRUCTION MINOR - DESIGN BUILD CONSTRUCTION WEST HAVEN CT VAMC 689-CSI-125 is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.