Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2013 FBO #4068
DOCUMENT

Y -- VA Puget Sound Health Care System - Seattle Division PROJECT NO. 663-405 Building 101 Mental Health Services - Phase 1 Parking Structure and Main Entry Drive - Attachment

Notice Date
1/11/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management;1175 Nimitz Ave., Suite 202;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10113R0059
 
Response Due
1/25/2013
 
Archive Date
2/8/2013
 
Point of Contact
Jeremy Bedner, Contracting Specialist
 
E-Mail Address
Ferrer,
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-101-12-R-0059 Notice Type: Sources Sought Synopsis: This is a Sources Sought notice for the purpose of identifying available small business general construction firms for the construction project identified below. The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) is seeking a small business general construction firm to perform Project No. 663-405, Building 101 Mental Health Services - Phase 1 | Parking Structure and Main Entry Drive, at the VA Puget Sound Health Care System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108. The general construction firm must be classified under one or more of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB) (2), Veteran-Owned Small Business (VOSB), (3) Small Disadvantaged Business (SDB), (4) Woman-Owned Small Business (WOSB), (5) Section 8(a), and/or (6) HUBZone. The magnitude of this construction project is between $50,000,000 and $100,000,000. Interested general construction firms must be firms with an approved NAICS Code 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. A bid bond as well as payment and performance bonds shall be required. Background: The VA Puget Sound HCS/Seattle Division is located in an area of high seismic activity. The Puget Sound Area has experienced 25 damaging earthquakes since the late 1800s, and a 6.0 or greater earthquake is predicted for the region every 10 years. A VA-contracted risk assessment indicated that many of the VAPSHCS buildings are at risk of collapse during a design-level earthquake of 6.7 or greater. In 2001, the VA initiated the Capital Assets Realignment for Enhanced Services (CARES) program. This program required a 100-percent inventory of VHA's capital assets and the development of a long-range plan to address program gaps. The seismic vulnerability and other infrastructure deficiencies of the VAPSHCS were also cited. There have been no major construction projects at the Seattle Division campus related to mental health in over 11 years; yet over the same period the number of Veterans seen in outpatient mental health clinics increased by 39 percent. All mental health and research space is currently fully occupied and does not meet current needs or future workload projections. VAPSHCS has been cited as having a severe shortage of space and that many of the laboratories were in need of major renovation or replacement. The additional square footage provided by the construction of the new Building 101 will address the CARES identified square footage shortfall, allow for the consolidation of mental health clinics, administration and research space to facilitate more effective utilization of resources, double the amount of dedicated clinical research space, and provides additional square footage of laboratory space and associated office space to meet current deficiencies. This project, Phase 1 of the Building 101 Mental Health Services Seismic Renovation and Construction project, consists of the construction of the Main Entry Drive and a 1,000-space Parking Structure at the VA Puget Sound Health Care System/Seattle Division campus. The scope of work will include construction of a new multi-level 1,000 car parking structure consisting of approximately 343,000 SF aboveground and 66,000 SF underground. The underground portion will include ventilation systems, lighting, emergency power and elevators. Elevators will also be included at two locations in the aboveground portion of the garage. Phase 1 work also consists of the relocation of major underground utility systems, extensive civil grading and retaining-wall work as well as construction of an emergency power duct bank. The Entry Drive work includes grading, realignment and widening of the campus entry drive and walkways that serve the main hospital, a new garage and the provision of temporary access routes for emergency vehicles during construction. At this time, no solicitation exists; therefore, do not request a solicitation. Bondable small business contractors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name 2. Address 3. Point of Contact 4. Phone number and e-mail address 5. Business size determination and qualifying Small Business status 6. DUNS number 7. Available Bonding Capacity 8. Construction experience of similar size and complexity (The estimated price range for this project is between $50,000,000 and $100,000,000). Please provide your email responses to jeremy.bedner@va.gov by 3:00 p.m. (PST) on February 25, 2012. Small business concerns failing to respond to this ad will not be precluded from responding to the solicitation. NOTE: This is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents for this project. NOTE: If this project is solicited as "full and open competition", in order to mitigate adverse effects to the small business community, prospective large prime contractors will be required to submit a small business sub-contracting plan as part of their bids. The ability to meet and exceed small business goals will be incorporated into the source selection criteria. In addition, prospective large prime contractors will be encouraged to enter into small business teaming agreements. Place of Performance: VA Puget Sound Health Care System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108 Contracting Office Address: Department of Veterans Affairs, Office of Construction and, Facilities Management, 1175 Nimitz Avenue, Suite 202, Vallejo, CA 94592 Point of Contact(s): Ronald Ferrer, Contracting Officer at ronald.ferrer@va.gov Jeremy Bedner, Contracting Specialist at jeremy.bedner@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113R0059/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-R-0059 VA101-13-R-0059.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=581903&FileName=VA101-13-R-0059-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=581903&FileName=VA101-13-R-0059-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Puget Sound Health Care System, Seattle Div.;1660 South Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN02963631-W 20130113/130111233844-1f4887b8bb3e9f19cd414a25296484f7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.