Description
DESCRIPTION SOURCES SOUGHT: The VA Brockton Campus requires a contractor to provide professional services to provide all equipment, labor, and materials to relocate the police staff at
the Brockton VAMC Campus. Work to be performed at VAMC Brockton 940 Belmont St. Brockton, MA in accordance with the Statement of Work, Specifications, Drawings, Federal, State, and Local
Codes. Contractor to provide all equipment, labor, and materials for police relocation. Work is not limited to but includes the following: This project s primary purpose is to relocate
the police staff into a centralized location and to provide much needed clinical space in their correct location. This project will include, but is not limited to, all work including
construction administration, demolition, asbestos abatement, firestopping, doors & frames, metal framing, gypsum board, acoustical ceilings, dual window solar shades, flooring,
painting, installation of a Variable Air Volume HVAC System, fire suppression, direct-digital controls, wiring devices, communications, telephone/data, fire alarm, aluminum windows,
glazing, lighting (inclusive of tunable white lighting system), controlled access, etc. Work to be performed at VAMC Brockton in accordance with the Statement of Work, Specifications,
Drawings, Federal, State, and Local Codes. Field verify all existing areas, conditions, equipment, architecture and building systems associated with the project scope to accurately
account for and bid on construction items. The design intent is to perform a gut-renovation to create a resident-centered environment and to develop a therapeutic environment of care to
deliver high-quality and high-value care to our nation s Veterans in Building 4, Veterans Affairs Medical Center (VAMC), 940 Belmont Street, Brockton, MA The purpose of this notice is to
determine if there are qualified SDVOSBs or VOSBs, WOSBs, and Small Businesses that have the experience with this type of work and if such firms are interested in this procurement. The
magnitude of services is between $1,000,000.00 to $3,000,000.00. The NAICS code is 236220 and the small business size standard is $45 Million. Interested firms should indicate their
interest to the Contract Specialist Scott Doucette, no later than 2:00 p.m. EST on 11/01/2023 via email to scott.doucette@va.gov The following information is required in response to this
notice: (1) A positive statement of your intention to submit a proposal in response to a solicitation for this project. (2) Unique Entity Identifier (UEI). (3) Provide one example of a
recent project within the last 5 years of similar size and scope showing experience with the requirements of this project description for Relocating the Police. (4) Prime shall provide
proof of bonding capacity for a project of this magnitude. (5) Prime shall provide proof of insurance for a construction project of this magnitude. .SDVOSB or VOSB firms shall be verified
by https://veterans.certify.sba.gov/ The Network Contracting Office 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration
including the interest of SB and WOSB contractors, and especially responses from verified SDVOSB/VOSB Firms. All information must be submitted in sufficient detail for a decision to be
made on the availability of interested firms. Failure to submit all information requested in addition to the below form will result in a contractor not being considered as an interested
concern. If adequate interest is not received by 2:00 p.m. EST on 11/01/2023, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs, or Small Business firms. Interested firms must
reply via e-mail to scott.doucette@va.gov. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). 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. DISCLAIMER This sources sought is issued
solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled
accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely
responsible for all expenses associated with responding to this notice. FIRM: PROJECT TITLE: LOCATION: AWARD AMOUNT: FINAL AMOUNT: DESCRIPTION OF PROJECT ADDRESS PROJECT SCOPE OF WORK AND
EXPLAIN HOW THE PROJECT INVOLVED WORK AS A PRIME CONTRACT WAS TECHNICALLY SIMILAR TO THE PROJECT DESCRIBED WITHIN THIS NOTICE.