DOCUMENT
Y -- DESIGN - BUILD CONSTRUCTION PROJECT Phase 4 New Bed Tower Veteran Affairs Medical Center Tampa, FL - Attachment
- Notice Date
- 12/24/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Suite 420;Silver Spring, MD 20910
- ZIP Code
- 20910
- Solicitation Number
- VA10115N0051
- Response Due
- 1/19/2015
- Archive Date
- 4/19/2015
- Point of Contact
- John Ezell
- E-Mail Address
-
zell@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Phase 4 New Bed Tower The Department of Veteran Affairs, Office of Construction and Facilities Management (CFM), Eastern Regional Office, Silver Spring, MD is issuing this Sources Sought to determine potential bondable and experienced businesses such as Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) contractors, HUBZone Small Businesses, Women-Owned Small Businesses (WOSB) and Small Disadvantage Businesses (SDB) with regard to an upcoming project identified as Phase 4, Design-Build, New Bed Tower. All interested businesses are encouraged to submit their capabilities statements. We are seeking responses from large and small businesses, including all socioeconomic categories. Firms should have an approved North American Industry Classification System (NAICS) of 236220 with the size standard of $36.5 Million average annual gross revenue to be considered a small business. The Request For Proposal will be issued as a two-phase design-build procurement (Reference FAR 36.3). The RFP will be preceded by a Request for Qualification (RFQ). Phase 4, New Hospital Bed Tower will be awarded to a Design-Build Contractor led Design-Build Team. The Department of Veteran Affairs will provide minimal design documents in the Request for Proposal (RFP). Performance specification will be provided to indicate the project description. The selected design-build contractor will be tasked to design and construct the project based on the RFP documents and the estimated cost of construction. The tower will consist of approximately a 220,000 gross square foot structure rising between four and six stories tall. The new bed tower will feature approximately 100 medical surgical single patient rooms, an intensive care unit and post operation acute care unit spaces. The new tower will be located immediately east of the existing building 1, Main Hospital, and just south of Building 30, Community Living Center & Inpatient Mental Health. It will be on land currently comprised of a surface parking lot and temporary building T-74, housing the Geriatric Clinic. As part of this project, the entry to Building 30 will be reconfigured and Building T-74 will be removed. The existing pedestrian bridge between James A Haley Veterans Hospital (JAHVH) and the University of South Florida will be partially demolished, with a new connection made to the tower. The tower is expected to have various bridge connections to Building 1 as necessary to accommodate departmental adjacency requirements to be determined during development of the RFP documents. The scope also includes constructing a satellite chiller plant and underground connections to provide chilled water to the tower. The tower shall meet all VA requirements for new construction including Physical Security Critical Care facilities. The project will be designed and certified as LEED Silver. Major New Construction Projects must be certified using a green building rating system. Designers may use either the Green Building Initiative's Green Globes or the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED) rating systems. Projects must meet the mandatory credits and point levels indicated in the Guiding The projected construction contract price for Phase 4 the Bed Tower is $98,000,000.00. At this time, no solicitation exists, therefore, do not request a solicitation. Large and Small Business Contractors and vendors 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, address, point of contact with phone number and e-mail address; (2) Business size determination and qualifying small business status; (3) Bonding capacity (from surety) for a single project and aggregate; and (4) Construction experience of similar projects in size, scope, complexity, and dollar amount. This sources sought notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the solicitation separately from their response to this sources sought. Please submit capability packages via email to: John.Ezell@va.gov and copy to ed.nicholson@va.gov no later than 4:00 pm EST on January 19, 2015 and in the subject line state "Phase 4 DB Bed Tower Tampa, FL and [Company Name]". Please be aware that a Project Labor Agreement Sources Sought notice is also available through FBO. Interested parties are encouraged to respond to both. CFM anticipates the solicitation will be issued around February 2015, and will be posted only on the Federal Business Opportunities website (https://www.fbo.gov). At this time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115N0051/listing.html)
- Document(s)
- Attachment
- File Name: VA101-15-N-0051 VA101-15-N-0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1789996&FileName=VA101-15-N-0051-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1789996&FileName=VA101-15-N-0051-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-15-N-0051 VA101-15-N-0051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1789996&FileName=VA101-15-N-0051-000.docx)
- Place of Performance
- Address: James A. Haley Medical Center;13000 Bruce B. Downs Blvd;Tampa Florida
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN03604629-W 20141226/141224233743-52271f630cd090b5729d8e5abc2be503 (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 |