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
SOURCES SOUGHT

Y -- Patient Parking Garage St. Louis Health Care System, John Cochran Division Design-Build Construction Services project

Notice Date
12/12/2019 12:44:50 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0097
 
Response Due
12/19/2019 8:59:59 PM
 
Archive Date
03/18/2020
 
Point of Contact
Paul DixonContract Specialist913-946-1116
 
E-Mail Address
PAUL.DIXON@VA.GOV
(PAUL.DIXON@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 4 of 4This is a Sources Sought Notice to determine the availability of SDVOSB/VOSB small business firms with Design-Build capabilities under NAICS Code 236220 for a possible small business category type set-aside for a Design/Build Construction Services project: This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract.� No award will not be made on information received in response to this notice.� This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP.The general scope of work for the Design/Build Project:� The following Narrative is intended to provide an overview of the scope of work of the Proposed Patient Parking Garage at the St. Louis Health Care System, John Cochran Division, St. Louis, MO:Design-Build services are required for designing and constructing a new parking garage and new parking lot as described within the following paragraphs. The design and construction of this project shall comply to all codes, standards, and design guidelines pertinent to this project. Parking Lot Requirements - The Design/Build contractor shall design the parking lot to allow efficient ingress and egress from the lot, improve upon the overall surface appearance, and provide fence and gate security of the lot utilizing specific VHA design guidelines and requirements for parking lot grading, surfacing and security.ARCHITECTURAL REQUIREMENTSDesign Concept - The Design/Build contractor shall design the parking garage to provide approximately 300 parking spaces with two-way unimpeded travel capability throughout the garage structure. The conceptual layout depicts a garage interior utilizing a Single Helix with Flat Bay circulation pattern. The Design/Build contractor shall provide a design solution that has an aesthetically pleasing appearance, blend, in with the surrounding VA structures, sensitive to personal safety, and considers the possibility of graffiti and vandalism taking place. It is expected that the garage will be a concrete structure with a complete or partial architectural surface finish. At present, a privately-owned parking garage, recently constructed, is located at the intersection of North Grand Blvd., and Washington Avenue. The VA envisions a similar exterior appearance to be incorporated into this design. The VA will be maintaining this structure therefore, the design chosen should also reflect a structure which will be easy to maintain. The Design/Build contractor shall ensure the design and construction meets applicable codes, Handicap accessible guidelines, Standards and VA design guidelines.Layout The land parcels upon which the parking garage will be constructed have a long side, surveyed length of 140 Feet, A City of St. Louis alleyway marks one end of the dimension and a City of St. Louis sidewalk marks the dimension on the other end. It is assumed (Design/Build contractor verify) that 5 feet of setback will be required along all sides except for 10 feet alongside adjoining occupied property. Parking Geometrics, Access Control, and Parking Structure design are governed by the VA s Design Manuals.STRUCTURAL REQUIREMENTSConceptual Structure - The Parking Garage is expected to be concrete construction. The Design/Build contractor shall be responsible for determining the most efficient method of concrete design and construction. The conceptual layout depicts all load bearing walls, exterior and interior, to be 3 feet in thickness. The Design/Build contractor shall include with their proposal simplified layouts of their proposed garage structure as well as an explanation of the Design/Build Contractor s method of concrete construction. The structural system will be pre-cast or cast-in-place concrete over a concrete pier foundation system.EXISTING CONDITIONS:The city block on which the parking garage will be located is bordered by Windsor Place along the south side and N. Spring Ave. along the west side. The lots of this city block, upon which the parking garage will be constructed are 3711 Windsor Place, 3715 Windsor Place, 3717 Windsor Place, 3719 Windsor Place and 3723 Windsor Place. Said lots are either occupied with miscellaneous structure, or vacant. The lots upon which the parking lot will be developed are 3661 Windsor Place and 3665 Windsor Place, said lots are either occupied with miscellaneous structure or vacant.The intent of this sources sought notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this sources sought announcement to make a set-aside determination including further restriction under a socio-economic status, firms must identify their socio-economic status for North American Industry Classification System (NAICS) code 236220, Commercial & Institutional Building Construction. The appropriate NAICS code for this acquisition is 236220 with the applicable business size of $39.5 million, Product Service Code (PSC) is Y1LZ. If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' Design/Build Project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and Data Universal Numbering System (DUNS) number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 1 no more than 3 examples; 4) Offeror's Center for Verification and Evaluation (CVE) certification if a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 236220, Commercial & Institutional Building Construction and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential;� 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate.� The Response Due Date for this Sources Sought Notice is December 19, 2019, 12:00 PM CST.� Respondents will not be notified of the results of analysis. The point of contact for submission of Capabilities Statement and questions is:Paul Dixon Jr.Contracting OfficerEmail: paul.dixon@va.govPhone: (913) 946-1116Network Contracting Office (NCO) 153450 S 4th StreetLeavenworth, KS 66048
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9efa06c7805b483e9c9bd1b575fea7d5/view)
 
Place of Performance
Address: St. Louis Health Care System, John Cochran Div;915 North Grand Blvd;St. Louis, MO 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN05515818-F 20191214/191212230311 (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.