Similar Projects
Blanchard Latex Road Bridge Replacement - Parish of Caddo
Demolition, New Construction, Infrastructure
Conception
$1,500,000 CJ est. value
Shreveport, LA 71107

Notre Dame Apartments
New Construction, Infrastructure
Conception
$16,000,000 CJ est. value
Shreveport, LA 71103

Police Facilities Maintenance and Improvements - City of Shreveport
New Construction, Renovation, Infrastructure
Design
$12,500,000 CJ est. value
Shreveport, LA 71107

Wallace Lake Road Office
New Construction, Infrastructure
Design
$1,000,000 CJ est. value
Shreveport, LA 71106

Keith Road Bridge Replacement
Demolition, New Construction, Infrastructure
Bidding
$750,000 CJ est. value
Keithville, LA 71047

Full Depth Reclamation Project
Infrastructure
Bidding
$3,202,000 CJ est. value
Shreveport, LA 71107

Alta Road Bridge Replacement Project
Demolition, New Construction, Infrastructure
Post-Bid
$696,942 CJ est. value
Bell City, LA 70630

Public Works Maintenance Building
New Construction, Infrastructure
Post-Bid
$846,686 CJ est. value
Shreveport, LA 71107

Z1da--667-19-101 Tuckpoint Building 1, Main Hospital-Construction
New Construction
Results
$10,000,000 est. value
Shreveport, LA 71101

Z1da--667-19-101 Tuckpoint Building 1, Main Hospital
New Construction
Results
$5,000,000 to $10,000,000 est. value
Shreveport, LA 71101

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

Toussaint on Market
New Construction, Infrastructure - 77,400 SF
Pending Verification
$56,347,776 CJ est. value
Shreveport, LA 71107

Church at Red River Expansion
Addition, Demolition, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Shreveport, LA 71106

Earl Williamson Park Improvement - Phase III - Caddo Parish
Infrastructure
Conception
$1,255,000 CJ est. value
Oil City, LA 71061

Last Updated 09/21/2023 04:05 AM
Project Title

RFQ Contractor - Y1DZ--667-088 Construct Information Technology Building Construction - Shreveport

Physical Address View project details and contacts
City, State (County) Shreveport, LA 71101   (Caddo County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected September 2024
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information 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 Minor Construction for the New Information Technology Building intends to perform construction at the Department of Veterans Affairs Overton Brooks VAMC 510 E Stoner Ave, Shreveport, LA 71101 PROJECT DESCRIPTION: Overton Brooks VAMC has a requirement to construct a new modern energy efficient multiple-story IT building to improve IT services and infrastructure on the main campus grounds. The total area to be constructed is approximately 16,056 square feet. Contractor shall provide all materials, labor, equipment, and supervision necessary to perform the work for construction including, but not to: Regrade existing areas in the designated construction area Reroute drainage lines as affected General construction activities (framing, drywall, MEP, cement pouring, roofing, window installation, exterior veneers, etc.) Install modular wall panels in finished working areas Install specialized IT equipment needed for a main server room and telecom rooms Install a comprehensive security system Install a paved drive to the constructed building Install new emergency generator Install new air handlers Pull new data lines/cables Reroute existing data lines/cables as appropriate Abide by special security requirements pertaining to IT equipment and projects PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the --build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic -, 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 November 2023. In accordance with VAAR 836.204, the of construction is between $10,000,000 and $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The duration of the project is currently estimated at 365 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: 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 to include the following information: Section 1: Provide company name, UEI (Unique Entity Identifier) number, company address, Point-of-Contact name, phone number and . Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, -Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s bonding capacity in the form of a letter of intent from your bonding company with this . *Please ensure that the individual bonding capacity is in line with the VAAR of Construction listed above. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic -, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar , and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic ) of no more than eight (8) sided pages, -spaced, 12-point font minimum that addresses the above information. This response must be submitted as a 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 to the primary point of contact listed below by September 21, 2023 at 2:00 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 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 Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Brett Meister Contract Specialist Brett.Meister@va.gov. The of construction is between $10,000,000 and $20,000,000.00. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

16,056 SF.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents