INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning 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 Builder Sustainment Management System .
PROJECT DESCRIPTION:
The Department of Veterans Affairs requires technical assistance in physically inventorying and condition assessing real property buildings utilizing the BUILDER SMS application. The BUILDER SMS data collected will be utilized in identifying, planning and prioritizing potential work requirements and developing short and long-term work plans.
The offeror shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to assist the specific installation with their operation and planning goals by performing Facility Condition Assessments (FCA) utilizing the most current version of the BUILDER SMS application. The offeror shall provide qualified Architects, Engineers, Construction Managers, Facility Managers, or Tradesmen/Craftsmen with meaningful (3+ years) facility design, construction, and/or O&M experience. The Offeror shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. Additionally, a Quality Control (QC) program is the means to assure the work complies with the Government s requirement. The Offerors QC program is the means by which offeror will ensure that field data is accurately and consistently collected based on Installation and BUILDER requirements.
BUILDER SMS is a web-based asset lifecycle management software application developed by the US Army Corps of Engineers Engineer Research Development Center Construction Engineering Research Laboratory (USACE-ERDCÃÂCERL). Specific details of the BUILDER SMS program can be found at http://sms.cecer.army.mil.
Inventory data will be collected and input into BUILDER in compliance with ASTM UNIFORMAT II work breakdown structure. ASTM UNIFORMAT II work breakdown structure includes all BUILDER defined component-sections associated with the following UNIFORMAT II BUILDER System classifications:
A10 Foundations
A20 Basement Construction
B10 Superstructure
B20 Exterior Enclosure
B30 Roofing
C10 Interior Construction
C20 Stairs
C30 Interior Finishes
D10 Conveying (When present)
D20 Plumbing
D30 Heating, Ventilation and Air Conditioning (HVAC)
D40 Fire Protection
D50 Electrical
E10 Other Equipment
E20 Furnishings
F10 Special Construction
F20 Selective Building Demolition
G10 Site Preparations
G20 Site Improvements
G30 Site Civil/Mechanical Utilities
G40 Site Electrical Utilities
H10 Waterfront Structures
H30 Coastal Protection
H40 Nav Dredging/Reclamation
H50 Waterfront Utilities
PROCUREMENT INFORMATION:
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.
This project is planned for advertising in May 2019. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code 519190 (size standard 27.5 million) applies to this procurement. The duration of the project is currently estimated at 485 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services including: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following format:
Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 519190. 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.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners.
Section 3: Provide a list of five (5) projects completed in similar size and scope in the past seven (7) years in a healthcare setting. Identify specific tasks that were completed by the contractor. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size, building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe the contractors work effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description.
Section 4: Provide a Statement of Interest in the project
______________________________________________________________________
It is requested that interested contractors submit a response (electronic submission) of no more than 6 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 4MB 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, 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 the primary point of contact listed below no later than May 13, 2019 at 4:30 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 FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Contracting Office Address:
VA Program Contracting Activity Central (VHA-PCAC)
6150 Oak Tree Blvd. Suite 300
Independence, OH 44131
Primary Point of Contact E-Mail:
[email protected]
Bid Protests Not Available