Massachusetts Bids > Bid Detail

C1DA--631-22-010 Renovate Cascades for Acute Mental Health

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159448523959487
Posted Date: Feb 2, 2023
Due Date: Feb 13, 2023
Solicitation No: 36C24123R0074
Source: https://sam.gov/opp/05ce3615f3...
Follow
C1DA--631-22-010 Renovate Cascades for Acute Mental Health
Active
Contract Opportunity
Notice ID
36C24123R0074
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 02, 2023 05:04 pm EST
  • Original Response Date: Feb 13, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 15, 2023
  • 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:
    Department of Veterans Affairs VA Central Western Massachusetts HCS , 01053
    USA
Description
Introduction
Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Central Western Massachusetts Healthcare System (HCS) is seeking potential sources for an upcoming requirement for Architect and Engineering Services as described in the attached statement of work. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set-aside for any small business category, however the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement.
Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code § 1101 and FAR 36.601.
General Project Description and NAICS
Synopsis of required services (See attachment for full statement of work): to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, site visits and construction period administration associated with renovating Building 6 for a Psychosocial Residential Acute Mental Health Inpatient on the Edward P. Boland campus of the Central Western Massachusetts Healthcare System. This will include total renovation of the approximately 9,500 SF of interior space, repairing the masonry of the building, repairing, and abating windows, and adding an egress corridor that connects to the courtyard and Building 4.
The design refresh shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library This procurement for Architect & Engineering services is assigned NAICS 541330 Engineering Services which has SBA small business size standard of $22.5 million in average revenue.
Maximum cost of construction is $7.3 Million
Information Sought
The Government requests a letter of interest (or similar document) with responses to the following:
1. State your firm name (as it appears in SAM.gov), firm office location where these services will be performed from, UEI, and socio-economic status of the firm (i.e., verified SDVOSB, WOSB, SB, large business).

What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor?
If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns.

A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects.

Experience with Mental Health Environment of Care (Acute) Mental Health Spaces including VA Design Manual specifics on creating a therapeutic environment while also adhering to the strict anti-ligature and safety requirements.

Experience with The Commonwealth of Massachusetts State Historical Preservation Office and preparing Section 106 Reports. Describe any design experience in renovating and expanding historical buildings.

Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside.

Submission Instructions
Interested parties are requested to submit the requested information no later than 15:00EST February 13, 2023, to Chelsea Rodrigue via email to Chelsea.rodrigue@va.gov. Please include 36C24123R0074 - Sources Sought Response in the title of the email. The response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Chelsea Rodrigue at the email above with any questions.
Attachments
1. Scope of Work
Attachments/Links
Attachments
Document File Size Access Updated Date
SOW AE Renovate Cascades.pdf (opens in new window)
584 KB
Public
Feb 02, 2023
36C24123R0074.docx (opens in new window)
17 KB
Public
Feb 02, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 02, 2023 05:04 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 >