Similar Projects
River Street Storm Sewer Improvements - M3635 - City Of Iowa City
Infrastructure
Conception
$600,000 CJ est. value
Iowa City, IA 52246

Lower City Park Shelters and Restroom Replacement - R4358 - City of Iowa City
Demolition, New Construction, Infrastructure
Conception
$490,000 CJ est. value
Iowa City, IA 52240

Steindler Orthopedic Clinic Ambulatory Surgery Center
New Construction, Infrastructure - 35,880 SF
Design
$19,200,000 CJ est. value
North Liberty, IA 52317

Steindler Orthopedic Clinic Ambulatory Surgery Center
New Construction, Infrastructure - 35,880 SF
Design
$19,200,000 CJ est. value
North Liberty, IA 52317

Penn Meadows Park North Parking Improvements
Infrastructure
Bidding
$1,599,000 CJ est. value
North Liberty, IA 52317

Johnson County Fleet Facility Concrete Work
Infrastructure - 13,000 SF
Bidding
$200,000 CJ est. value
Iowa City, IA 52246

West Campus Parking Ramp Utilities
Infrastructure
Sub-Bidding
Iowa City, IA 52242

Caravel Autism Health
Renovation - 5,404 SF
Post-Bid
Iowa City, IA 52245

Castek Park Trail Reconstruction
Infrastructure
Post-Bid
$67,000 CJ est. value
Swisher, IA 52338

Jones Boulevard Improvements
Infrastructure
Results
$2,238,571 CJ est. value
North Liberty, IA 52317

Hospitals and Clinics - Pomerantz Family Pavilion - LL3 Replace ATS Serving ASC
Renovation
Results
$300,000 est. value
Iowa City, IA 52242

PinSeekers Golf & Entertainment Facility / Tiffin
New Construction, Infrastructure - 49,022 SF
Construction
$11,000,000 CJ est. value
Tiffin, IA 52340

Kwik Trip #1213 North Liberty / Tiffin
New Construction, Infrastructure - 11,056 SF
Pending Verification
$3,000,000 CJ est. value
Tiffin, IA 52340

Timber Valley Run
New Construction, Infrastructure - 4,800 SF
Pending Verification
$8,200,000 CJ est. value
Iowa City, IA 52245

Highway 6 (Fairmeadows To Industrial Park Road) Water Main Replacement - W3320 - City Of Iowa City
Infrastructure
Conception
$540,000 CJ est. value
Iowa City, IA 52246

Last Updated 06/02/2023 02:07 AM
Project Title

RFQ Contractor - Improve Site Waste Management - Construction Iowa City

Physical Address View project details and contacts
City, State (County) Iowa City, IA 52246   (Johnson County)
Category(s) Heavy and Highway, Medical
Sub-Category(s) Medical Office/Outpatient, Site Development
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SYNOPSIS: 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 the Improve Site Waste Management Construction Project at the Iowa City VA Medical Center (VAMC) located in Iowa City, Iowa. PROJECT DESCRIPTION: Contractor to provide all tools, materials, equipment, and labor necessary for completion of general construction project 636-805 Improve Site Waste Management at the VA Medical Center, Iowa City, Iowa, in accordance with the construction documents. This project will renovate approximately 2,600 sq. ft of space to improve waste circulation patterns and update space for hazardous materials and medical gas storage. This project consists of demolition within the existing waste management area of the hospital, installation of a packaged air handler unit on an adjacent roof, medical gas work, environmental hazard abatement, and various utility and architectural updates. All work shall be performed in accordance with solicitation/contract terms and conditions, specifications and drawings, and all applicable VA and local codes. PROCUREMENT INFORMATION: The proposed project will be a competitive firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14. 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 2023. In accordance with VAAR 836.204, the magnitude of construction is between $1,000,000.00 and $2,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45 million) applies to this procurement. The duration of the project is currently estimated at 112 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. In accordance with VA Acquisition Regulation (VAAR) 819.7010, The Government is considering the use of a tiered set-aside evaluation approach to minimize further delays with potentially resoliciting the requirement. Accordingly, all business types (e.g., SDVOSB, VOSB, 8(a), HUBzone, etc) are encouraged to provide responses. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: 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 236220. 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.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude 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 set-aside, 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 value, start 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 value 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 submission) of no more than six (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 by June 1, 2023 at 1:00 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 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 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. Primary Point of Contact: Bailey E. Donato Contract Specialist bailey.donato@va.gov The Method of Contractor Selection has not been determined at this Time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

2,600 SF.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Entrances and Storefronts, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Resilient Flooring, Wall Coverings, Painting.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Metal Storage Shelving, Wardrobe and Closet Specialties, Closet and Utility Shelving.
Division 11 - Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Collection and Disposal Equipment.
Division 12 - Furnishings, Art, Window Treatments, Casework, Furnishings and Accessories, Seating.
Division 13 - Special Construction, Radiation Protection.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, 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 Air Distribution, Central HVAC Equipment.
Division 25 - Integrated Automation, Integrated Automation Network Equipment.
Division 26 - Electrical, Power Distribution Units, Battery Equipment, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Call Management, Healthcare Communications and Monitoring Systems.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Soil Treatment.
Division 32 - Exterior Improvements, 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.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical 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