Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SPECIAL NOTICE

Y -- Request Marketplace Engagement for cancaled Construction Procurement, W912P719R0001, San Francisco VA Medical Center Building 40

Notice Date
12/12/2019 11:57:54 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94103-1398 USA
 
ZIP Code
94103-1398
 
Solicitation Number
W912P720Z0001
 
Response Due
12/20/2019 12:00:00 PM
 
Archive Date
01/04/2020
 
Description
The U.S. Army Corps of Engineers, San Francisco District (SPN) has a special announcement regarding the recently canceled Design-Bid-Build (DBB) construction advertisement: W912P719R0001, titled: “Research and Veterinary Medical Unit Facility, Building 40, San Francisco Veterans Affairs Medical Center.” The Government is seeking feedback from interested parties in the original advertisement, as well as, all other companies, who would be interested in this project’s re-advertisement in the future. Working with our federal partners, we are seeking feedback on a potential transition of this project from a DBB requirement, to a Design-Build (DB) contract, utilizing a project cost limitation. All feedback received from this notice will assist the Government on future acquisition strategies for this project.This announcement consists of the project’s scope, background, and the contemplated change from a DBB to DB requirement. Also included are questions, which if answered, would be beneficial to the Government.SFVAMC Building 40 - PROJECT SCOPE:The San Francisco VA Medical Center (also called the San Francisco Veterans Affairs Medical Center, or SFVAMC) is a Veterans Affairs Medical Center, located in San Francisco. The facilities are located on 42nd Avenue and Clement Street at the former Fort Miley Military Reservation in the Richmond District. The original DBB construction project consisted of 113,000 SF four story research and veterinary medical unit facility. Construction was to be comprised of a steel framed structure with glassed curtain wall supported by a seismically designed concrete foundation. Interior office and laboratory spaces would be drywall construction with connecting corridors leading to stairwell exits. An elevator would be constructed to provide vertical access to each of the floors. A mechanical penthouse located on the roof of the structure would provide the climate control for the facility. A new 3,000 SF below grade connecting corridor would be constructed to Building 40 with the adjacent veterinary facility Building 40. Demolition included removal of the existing water tower adjacent to the site. A small E-85 above ground fuel distribution system was also required to be removed as part of the project. Supporting facilities included the construction of four (4) underground water storage tanks located under an existing parking lot. Facility would be LEED Silver accreditation upon completion of construction. Other project considerations included limited site access, limited site staging, and surrounding area noise and traffic control.Minimum construction capabilities for this project 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.If you would like a copy of the originally advertised DBB engineering package, please contact the POCs listed in this announcement. If you would like a copy of the originally advertised DBB engineering package, please contact the POCs listed in this announcement. BACKGROUND (Original Advertisement)This project was competitively advertised under solicitation: W912P719R0001 on March 28, 2019. The pricing received for this DBB construction requirement exceeded the amount of program funds available. Consequently, due to a lack of sufficient funding to award the contract, SPN canceled the procurement on August 29, 2019. After cancelation, an After Action Review was performed to understand the pricing received for this project. It was identified that the current Design included work elements which represented high construction costs, whereby a redesign or different approach would be required, to construct this facility within the available funding.CONTEMPLATED CHANGE (DBB to DB)The government is assessing the feasibility of changing this project acquisition strategy from a DBB to DB. This discussion has resulted in a need for marketplace engagement to better understand interest and challenges. The Government contemplates taking the existing DBB engineering package, and re-advertising this requirement under a competitive two (2) step best value trade-off procurement, utilizing a cost limitation for the overall design/construction. Under this hypothetical procurement, the 1st step (or phase) would consist of the Government requiring interested companies to submit qualifications for evaluation, demonstrating adequate experience and capability (with no pricing or design work required). After the Government evaluated the 1st phase, they would give notice to the firms that were selected to participate in the 2nd step of the procurement. Those companies who were not selected would be notified accordingly. In the 2nd step of the procurement, offerors would be required to submit pricing and a conceptual design (based on minimum performance specifications), which would need to be within the projects overall cost limitation. The Government would evaluate the proposed designs, trading off price for betterments and added utility/functionality. Please note, the evaluation criteria has not been determined; and is subject to industry feedback. For the design and construction of this project, the Government would set an estimated cost limitation between $140M-$160M, but this amount is subject to change; and will be disclosed in the formal advertisement. We would anticipate this procurement taking between 6-12 months, with a multitude of influencing factors that would increase or decrease the amount of time to award a contract. Offerors would be required to provide a bid guarantee. Given the aforementioned, we would like to hear from you company, specifically addressing the following questions:(1) Would your firm be interested in a Design-Build acquisition strategy utilizing a competitive 2-step trade-off procurement?(2) If yes to #1, what are the issues that may affect the strategy and your recommendations? Please be specific, and identify the issues that would impact your decision to participate in this procurement?(3) Does your company have experience in Design-Build projects? If so, please provide your experience in the last 5 years. Please include the project title, scope, location, customer, contract amount, award date, and completion date. Please provide no more than 3 contracts.(4) What do you see as the timeline involved and the steps taken to reach an executable design/build contract?(5) Will the requirement for a conceptual design submission in the 2nd step of the procurement with a total project cost limitation be challenging (all things considered)? Please submit your issues and experience with this.(6) What are some best practices from your company’s perspective that will help the Government prepare a DB procurement? (7) Will you attend an open house to discuss this project and DB procurement? Based on the feedback we receive, we will seek to hold an open house at our San Francisco location in the weeks ahead, providing a forum between Government stakeholders and interested companies. We will update this notice and contact companies that provide a response, with the open house date/time. We are asking for responses to this notice no later than December 20, 2019. Please submit your questions and responses to the following individuals:James GarrorJames.E.Garror@usace.army.milTed TurneyTheodore.T.Turney@usace.army.milWe look forward to hearing from you; and please feel free to add commentary to your submissions, for any questions/concerns not specifically identified, but important to your company’s interest.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a162ec521d9041d2834e5b5018ce286d/view)
 
Place of Performance
Address: 67000, CA 94129, USA
Zip Code: 94129
Country: USA
 
Record
SN05514982-F 20191214/191212230305 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.