North Carolina Bids > Bid Detail

C1DA--Install SPS Equip (SITE PREP) 558-23-300 A/E Services

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159594476392335
Posted Date: Jan 8, 2024
Due Date: Jan 18, 2024
Source: https://sam.gov/opp/c41968e359...
Follow
C1DA--Install SPS Equip (SITE PREP) 558-23-300 A/E Services
Active
Contract Opportunity
Notice ID
36C24624Q0319
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: Jan 08, 2024 03:23 pm EST
  • Original Response Date: Jan 18, 2024 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VAMC Durham Durham , NC 27705
    USA
Description
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 located at the Durham NC Medical Center Campus. 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 this is subject to revision prior to release of a solicitation.
The proposed NAICS 541330 - Engineering Services is applicable to this acquisition; with a size standard of $25.5 Million.
The proposed PSC code is C1DA Architect and Engineering Construction: Hospitals and Infirmaries
Scope of Work:
Durham VAMC Sterile Processing Services (SPS) Department is currently equipped with cleaning, disinfecting and sterilization equipment outlined in the table below.
Model
Qty
Description
246OUC
3
Getinge Sonic Cleaner
CRP117
2
Steris Sonic Cleaner
9128
1
Getinge Cart Washer
733HC-E
3
Getinge Steam Sterilizer
8668

3
Getinge Instrument Washer/Disinfectant & Return Conveyor

This equipment will be replaced, in the same locations:
PLANNED NEW EQUIPMENT
Funding Yr.
Model
Qty
Description
FY23
Triton 36
3
Getinge Sonic Cleaner
FY23
2460U
2
Getinge Sonic Cleaner
FY23
9128E
1
Getinge Cart Washer
FY24
733HC-E
2
Getinge Steam Sterilizer
FY24
GSS67N13
1
Getinge Steam Sterilizer
FY24
8668
9669
3
Getinge Instrument Washer/Disinfectant & Return Conveyor

This opportunity is for the AE design for a Site Prep construction project to support the new equipment. The SPS Department is located on the 2nd floor of the hospital.
Provide design investigation report and working drawings, specifications, and a cost estimate at 30%, 60%, 90% and final design stages. This project is located at 508 Fulton Street in Durham, NC, 2nd floor. The design shall include but not limited to the following:

Comprehensive review of the existing condition of the equipment space and the building systems (MEP) serving each one. A survey of the department was performed by the vendor for the planned equipment. The results of their findings are included as Attachment B, 2022-08-21. Durham.VAMC.SPS.Survey. However, the AE is 100% responsible for performing their own investigation.

Any additions and/or modifications necessary to accommodate the new equipment, including any necessary data lines. Manufacture data sheets for the new equipment listed in Part A above is included as Attachment C.

Review building records and investigate mechanical/electrical spaces as well as interview station personnel. Include all information obtained in the design investigation report.

The design shall meet the VA design guidelines as it relates to the equipment and its installation for the SPS Department, including emergency power as required.

Submit construction drawings and specifications in accordance with VA guidelines.
These guidelines can be found at https://www.cfm.va.gov/til/TILSiteMap.asp . The following specific manuals will also be applicable:
VA Electrical Design Manual (12/01/2019): https://www.cfm.va.gov/til/dManual/dmElec.pdf
VA Sterile Processing Service Design Guide (rev. 09/01/2022):
https://www.cfm.va.gov/til/dGuide/dgSPS-Log.pdf

All finish selections to meet VA requirements and will be selected by the VA s Interior Designer.

Construction Drawings
Architectural, plumbing, electrical and disciplines as needed to show the equipment layout and the construction required to accommodate the new equipment.
Integrated phasing of how equipment replacements and renovations work shall be executed such that the department remains fully operational.
Design is to be accomplished using AutoCAD or compatible format.

All of the above mentioned Attachments will be provided when the government issues its formal solicitation, and is only included for informational purposes here.
Anticipated Design completion (from Notice to Proceed): 190 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: 735 calendar days
Initial PDT Meeting 14 days
Design Development Documents (30%) 45 days
(PDT Meeting) 71 days
Design Development Documents (60%) 100 days
(PDT Meeting) 121 days
Design Development Documents (90%) 150 days
(PDT Meeting) 171 days
Final Documents 190 days
The A/E shall prepare a submission schedule based on their understanding of the design, allocated time for each applicable phase, and their staffing workload. The schedule is negotiable so that the timeframes are mutually agreeable to the A/E and VA.
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 VIP database, in accordance with priorities set by regulation.
Instructions to Responders
All interested parties should respond, in writing via email to the contract specialist, Erica Manglona at erica.manglona@va.gov and Contracting Officer, Vangie Miller, vangie.miller@va@gov . No telephone inquiries will be accepted. Your response is requested by Thursday, January 18, 2024, at 10:00 AM 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
  • Jan 08, 2024 03:23 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 >