SOURCES SOUGHT NOTICE WEST LOS ANGELES VA MEDICAL CENTER (VAMC) TEMPORARY SUPPORTIVE HOUSING, LOS ANGELES, CA
INTRODUCTION
This sources sought notice is issued by the Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), Office of Facilities Acquisition (OFA), as specified below on the West Los Angeles VAMC campus in Los Angeles, CA. The purpose of this sources sought notice is to gather information from the small business contractors for the sole purpose of acquisition planning, market research, and identification of small business sources capable of performing the scope of work described below. Further consideration outside of this stated purpose is not authorized and will not be further discussed. This notice does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the government to enter into a contract. Furthermore, 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 related to this effort.
The Department of Veterans Affairs is looking for firms that are classified under one or more of the following SBA programs: Small Business, 8(a), HUBZone, SDB, WOSB, SDVOSB, and/or VOSB. In order to receive consideration as an SDVOSB or VOSB concern your firm shall be registered as such at https://veterans.certify.sba.gov/, and shall include with its response to this request a copy of the appropriate verification. All firms shall be a General Construction Firm with an approved NAICS Code 236220, Small Business Size Standard of $45 million.
BACKGROUND AND DESCRIPTION
The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) requires a Design Build contractor to furnish professional design, construction and provide all labor, materials, equipment, transportation, supervision, permits, and incidentals, and perform all work necessary to deliver temporary or non-permanent housing and support environment for the National Center for Warrior Independence (NCWI) at the West Los Angeles VA Medical Center Campus.
The objective of this effort is to provide a total of 220 temporary supportive housing units erected adjacent to the existing Care, Trauma, Rehabilitative Services (CTRS) residential units arranged in neighborhood clusters, together with associated site infrastructure, accessible routes, common exterior features, landscaping, and a Welcome Center to support intake, staff operations, Veteran support functions, and related services.
Temporary Supportive Housing Units (220)
Each unit shall include, at a minimum, an extra-long twin bed, wardrobe or dresser, task and ambient lighting, resilient non-slip flooring, a lockable personal storage component, a small table with seating, and a television or monitor location as approved by VA. The Contractor shall provide all furnishings and equipment as a Turnkey immediate use unit.Â
Each unit shall include a private toilet room with a shower, water closet, and lavatory. Toilet and bath areas shall use moisture-resistant and durable finishes and shall be arranged to support required clearances, grab bars, and accessible fixture use where applicable.
Each unit shall have a secure exterior entrance door, compliant hardware, weather-tight thresholds, exterior lighting at the entry, and locking arrangements compatible with VA operations and emergency access requirements.
All Temporary Supportive Housing units shall comply with the American Architectural Barriers Act (ABA) and section PG 18-13 of the VA TIL located at https://vatilms.va.gov/vatilms/reports/PG-18-13). Required accessible units and routes shall comply with applicable accessibility requirements, including accessible approach, clear floor areas, turning space, door clearances, thresholds, control heights, hardware operability, and toilet and bathing clearances. Accessible routes, ramps, and landings serving the units shall be integrated with the overall site plan.
Each unit shall include smoke detection, carbon-monoxide detection, and two duress alarms (one in toilet/bath and one in the bedroom area). Each unit shall include portable fire extinguisher(s) as required, emergency lighting as required by code, and all other life-safety devices necessary for the specific occupancy and building type. Interior and exterior means of egress shall remain unobstructed and code compliant.
Temporary Supportive Housing units shall be organized into cluster outposts, generally in groups of three or four units, to support efficient utility distribution, maintainable site layouts, and manageable community organization. The Contractor shall provide a cluster planning diagram identifying the number of clusters, unit count per cluster, and the strategy for accessible circulation and services, with a landscaping design included.
Welcome Center
The Contractor shall furnish and install a Welcome Center & Clinician Offices to support intake, waiting, staff work functions, clinical support activities, training, day use, laundry, mail distribution, security support, and related operational functions. The Welcome Center shall support 220 units. Â
Your response shall be addressed to gerald.brusaw@va.gov and keisha.pointer@va.gov and include a response to the items below:
1.) Please provide your UEI number, firm name, and POC (name, email, phone number).Â
2.) Would you submit a proposal on this job as a prime contractor, or are you interested in subcontracting opportunities?Â
3.) Provide certification of any applicable socioeconomic statuses held by your firm. In order to receive consideration as an SDVOSB or VOSB concern your firm shall be registered as such at https://veterans.certify.sba.gov/, and shall include with its response to this request a copy of the appropriate verification. All firms shall be a General Construction Firms with an approved NAICS Code 236220, Small Business Size Standard of $45 million.
4.) Please indicate any previous past performance of similar size, scope, and complexity. Past Performance shall not exceed one page and shall include the location, value, brief description, design firm, and owner POC for each referenced project. Â
5.) Regarding the West Los Angeles VAMC, please share your availability to deliver and assemble units on an expedited schedule. Your response should include proposed timelines for the procurement, delivery, and installation of 220 units, as well as the specified welcome center. Additionally, please provide a brief narrative outlining your approach to the delivery and installation process, limited to no more than two pages.
7.) Any other information you would like the Government to consider. If available, in your response you may submit a capabilities statement or other inventory catalogue as a separate attachment.
8.) Please note the Government reserves the right to follow up to request clarification of any information provided in your response.