Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOURCES SOUGHT

Y -- RESEARCH AND VETERINARY MEDICAL UNIT FACILITY, BUILDING 40, SAN FRANCISCO VETERAN AFFAIRS MEDICAL CENTER SAN FRANCISCO, CALIFORNIA

Notice Date
9/20/2017
 
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, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0002
 
Point of Contact
James E Garror, Phone: 415/ 503-6988, Roberto L. Escobedo, Phone: 4155036949
 
E-Mail Address
James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil
(James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912P7-18-S-0002 RESEARCH AND VETERINARY MEDICAL UNIT FACILITY, BUILDING 40, SAN FRANCISCO VETERAN AFFAIRS MEDICAL CENTER SAN FRANCISCO, CALIFORNIA This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - San Francisco District has been tasked to solicit for and award a Research and Veterinary Medical Unit Facility, Building 40, for the San Francisco Veterans Affairs at San Francisco, California. The project will be for the construction of an 113,000 SF four story research and veterinary medical unit facility. Construction will be comprised of a steel framed structure with glassed curtain wall supported by a seismically designed concrete foundation. Interior office and laboratory spaces will be drywall construction with connecting corridors leading to stairwell exits. An elevator will be constructed to provide vertical access to each of the floors. A mechanical penthouse located on the roof of the structure will provide the climate control for the facility. A new 3,000 SF below grade connecting corridor will be constructed to Building 40 with the adjacent veterinary facility Building 40. Demolition includes removal of the existing water tower adjacent to the site. A small E-85 above ground fuel distribution system will also be removed as part of the project. Supporting facilities include the construction of four (4) underground water storage tanks to be located under an existing parking lot. One water storage tank will be connected to the fire protection delivery system. As this project is designated a mission critical facility, an emergency generator and associated below grade fuel storage supply tank will be added. New fill, asphalt and base course will replace the portion of the existing parking lot removed by the installation of the underground water storage tanks. Work will follow U.S. Army Corps of Engineers processes and requirements. Facility will be LEED Silver accreditation upon completion of construction. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The government intends to issue a solicitation utilizing the Best Value method; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Veteran-Owned Small Business (VOSB), and Women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $100,000,000 and $200,000,000. Estimated duration of the project is 1095 calendar days. Minimum capabilities required include: • Demonstrated experience within the last 10 years providing new research facilities or medical centers that include, but are not limited to, administrative, surgical, intensive care, pharmaceutical, nuclear medicine, specialty care, and radiological services. Previous team experience (i.e. JV, mentor/protégé, prime/sub) working together as a team with demonstrated successful experience delivering an office building of the size, type and magnitude indicated for this project. Experience in Federal projects is preferred. • Previous experience delivering LEED Silver facilities and familiarity with LEED reporting requirements, construction processes & practices necessary to obtain Certification. • Experience integrating construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings. • Experience with constructing multi-storied facilities within a seismic zone using a glazed curtain wall system on the building exterior façade. • Experience coordinating pedestrian and vehicular access while construction is ongoing. • Prior Government contract work is not required for submitting a response under this RFI. However, familiarity with and previous experience delivering Federal projects and following U.S. Army Corps of Engineers processes and requirements is preferred. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5 Million. The Standard Industrial Code is 1541 and The Federal Supply Code is Y129. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction type procurement. Anticipated solicitation issuance date is on or about March 2018, and the estimated proposal due date will be on or about April 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 15 pages and shall include the following information: 1) Company name, address, point of contact, phone, e-mail, and website (if applicable). 2) Whether your company is a Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB) for NAICS code 236220 Commercial and Institutional Building Construction; size standard $36.5M. 3) Company's interest in bidding on the Building 40 Research and Veterinary Medical Unit Facility. 4) A list of at least two examples of same or similar work performed in the past 10 years, of same or similar magnitude and complexity as the Building 40 Research and Veterinary Medical Unit Facility. a. Provide a brief description of the project to include facility name and location, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether the firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. 5) Firm's Joint Venture (existing), including Mentor Proteges and teaming arrangement information is acceptable. 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above. Interested Firm's shall respond to this Sources Sought Synopsis no later than 20 October 2017, 2:00PM PST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to James Garror, USACE San Francisco District, Contracting Division, 1155 Market Street, San Francisco, CA 94103-1398. Email responses to James.E.Garror@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0002/listing.html)
 
Record
SN04686304-W 20170922/170920231912-2ad7e08df55443ecc3074224a4488859 (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  © 1994-2020, Loren Data Corp.