Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2017 FBO #5592
SOURCES SOUGHT

Y -- Department of Veterans Affairs Infrastructure Construction/Renovation and Utility Replacement, VAMC Canandaigua, NY

Notice Date
3/14/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-R-0006
 
Point of Contact
Brenna A. Crawford, Phone: 5023156182
 
E-Mail Address
brenna.a.crawford@usace.army.mil
(brenna.a.crawford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of new infrastructure, renovation of existing infrastructure, and utilities replacement at the Canandaigua VA Medical Center located in Canandaigua, New York. The project partially demolishes existing Building #2 (22,850 gross square feet) to allow construction of a three story infill Outpatient Clinic (84,200 gross square feet, with adjacent six story access tower), constructs a two story (11,500 gross square feet) main chilled water plant/emergency generator building, and constructs a loading dock facility adjacent to existing Building #9 (2,700 gross square feet). The project renovates existing Building #1, #2, (85,477 total gross square feet). Additional construction includes electrical substation foundations, fire protection pump station, temporary modular structures (clinic space, access ways, and kitchen facility), site improvements, parking, access roads, demolition of above-ground and underground existing/abandoned campus distribution utilities, and environmental abatement and protection measures. The project will be constructed in accordance with all federal, state, and local codes, EM 385-1-1, OSHA, and other applicable codes and regulations. Detailed Construction Scheduling, Infection Prevention Measures, Quality Assurance Testing, Operation and Maintenance Manuals, Enhanced Commissioning, Contractor and Government Field Office, and As-Built drawings will be required. The above-ground/underground utility systems service multiple campus buildings (including a medical clinic) that must remain operational during demolition/construction. The utility tie-ins to the existing utility systems must be accomplished during coordinated outages. Contract duration is estimated at 1,428 calendar days. The estimated cost range is between $100,000,000 and $250,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 28 March 2017 by 1:00 PM Eastern Standard Time. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category. Complete Item 4 below for the feature(s) of work you are interested in. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past seven (7) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: New Construction and Renovation of medical facilities, contain specialty care clinics, pharmacy, diagnostic imaging and complex medical equipment. Please note whether the project was for a Medical installation/end user. b. Projects similar in size to this project include: Projects of at least 100,000 square feet, with a minimum of this being 30,000 square feet of renovation will be considered similar in size. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project; both new construction and renovation. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The type and percentage of the contract cost, excluding cost of materials that was self-performed as project and construction management services or physical vertical and horizontal construction by construction trade. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 10 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Brenna Crawford at Brenna.a.crawford@usace.army.mil. If you have questions please contact Brenna Crawford at Brenna.a.crawford@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested parties must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-R-0006/listing.html)
 
Place of Performance
Address: 400 Fort Hill Avenue, Canandaigua, New York, 14424, United States
Zip Code: 14424
 
Record
SN04434156-W 20170316/170314234226-77edfdd2812ec6fc8ba6720febcfeac0 (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.