North Carolina Bids > Bid Detail

C1DA--558-22-155 Replace MRI 1.5T In Building 1

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159011559383837
Posted Date: Dec 28, 2023
Due Date: Dec 28, 2023
Source: https://sam.gov/opp/cbde323ef0...
Follow
C1DA--558-22-155 Replace MRI 1.5T In Building 1
Active
Contract Opportunity
Notice ID
36C24624Q0283
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 28, 2023 04:14 pm EST
  • Original Response Date: Dec 28, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Durham VA Medical Center Durham VA Health Care System Durham , NC 27705
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 5 of 5
*= Required Field
Sources Sought Notice

Page 1 of 5
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited.
The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Architect-Engineer services to complete the below scope of work.
The place of performance will be the hospital campus of the Durham VA Medical Center in Durham, North Carolina. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice, but the magnitude of construction for this project is currently between $500,000 and $1,000,000 but is subject to revision prior to release of a solicitation.
The proposed NAICS 541310 Architectural Services is applicable to this acquisition with a size standard of $12.5 Million.
The proposed PSC code is C1DA Architect and Engineering- Construction: Hospitals and Infirmaries.
The anticipated Period of Performance is 710 days from the Notice to Proceed.
Scope of Work:
Provide professional engineering services to include phasing recommendations, investigative surveys and reports, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and provision of construction period services as necessary for all demolition, construction, inspection, testing and certification for all mechanical, electrical, and plumbing components for project 558-22-155 Replace MRI 1.5T in MRI center of Building 1 at the Durham VA Health Care System, Durham, NC.
The intent of this project is to provide a replacement for the MRI equipment while evaluating the space to ensure the Medical Center remains capable of providing efficient service to the Medical Center. Ensure shielding is adequate, and verify the structure is sound for removal of walls and provide preventative measures for floods. After modernization options are developed, the A/E shall work in conjunction with VAMC Staff and interested Agencies to determine the best options, then design and prepare construction documents for the mechanical, electrical, instrument & control, structural and other applicable components of this Project. The design shall include the desired future condition and allow for future construction of components without significant effect to the constructed components. The design process shall also provide a prioritization of the individual components.
Design manuals and specifications can be found at https://www.cfm.va.gov/til/index.asp.

Part I - 30% Submission Due: 30 Days from NTP
VA Review 15 Days from NTP
Part II - 65% Submission Due: 60 Days from NTP
VA Review 75 Days from NTP
Part III - 95% Submission Due: 100 Days from NTP
VA Review 115 Days from NTP
Part IV - 100% Documents Due: 130 Days from NTP
VA Review 145 Days from NTP
Part V - Final Documents due: 150 Days from NTP
VA Review 165 Days from NTP

Design completion: 165 calendar days; includes VA design reviews.
Procurement timeframe: 180 days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process.
Construction period services: 365 calendar days from construction award date
Total contract period: 710 calendar days
All Size/Small Business Requirements
For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the Veteran Small Business Certification (VetCert) database, in accordance with priorities set by regulation.
All interested parties should respond, in writing via email to the Contracting Officer, Vangie Miller, vangie.miller@va.gov. No telephone inquiries will be accepted. Your response is requested by Friday, January 5, 2024, at 3:00 PM EST. In your response, please include the following:
Company name
Address
Point of contact with email and phone number
SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information)
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)
Proposed NAICS code (if different from above)
Proposed PSC code (if different from above)
Capabilities statement, to include experience with contracts of similar scope and magnitude.
Is the anticipated period of performance appropriate for this project?
Is there anything that would deter you from responding to this requirement?
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 28, 2023 04:14 pm ESTSources 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 >