Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

No Information to Display

March 29, 2024

No Information to Display

3381 Phillis Blvd

Demolition, New Construction, Outdoor Lighting, Paving, Site Work

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

3381 Phillis Blvd, Myrtle Beach, SC

Our team is requesting plans for this project.

Subscribe to View Full Documents

SYNOPSIS: INTRODUCTION: This 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 design of Demolish Myrtle Beach Site for Seismic Compliant Dental Clinic at the Ralph H. Johnson VA Health Care System located at: 3381 Phillis Blvd Myrtle Beach, SC 29577 PROJECT DESCRIPTION: This project includes design for a Provide professional engineering services for the design and construction services to demolish the original Myrtle Beach site of care and construct a new 10,000 building gross square foot Dental Clinic on the same footprint. The design shall result in a complete and useable facility. The demolition of the original Myrtle Beach site of care shall entail removing all building elements and all subsurface structural elements. All underground utilities shall be removed back to the utility provider connection at the property line as well as all parking lots, lights, and stormwater infrastructure. Utilities shall be capped appropriately at connection points. The new Dental clinic shall consist of 5,000 square feet of Dental space, to support Twenty (20) Dental chairs, 2,000 square feet of Sterile Processing Service (SPS) to support the Dental clinic, 2,000 square feet of common spaces (waiting, corridors, restroom, etc.), and 1,000 square feet of support spaces (mechanical/electrical/OIT). A new parking lot shall be constructed to include 50 spaces. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 end of August, early September 2023. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. The VAAR Magnitude of Construction for the project is $10M - $20M. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330. 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 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses shall be submitted via email to the primary point of contact listed below by July 31, 2023 at 1PM 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: Jason Schultz Contract Specialist jason.schultz@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.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Related Projects