SOURCES SOUGHT
Y -- Expand the Dallas Specialty and Primary Care Clinic 549-152/ Grand Prairie, TX
- Notice Date
- 1/10/2020 10:37:36 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36E77620Q0040
- Response Due
- 1/24/2020 8:59:59 PM
- Archive Date
- 05/02/2020
- Point of Contact
- Yolanda M. RayDepartment of Veterans AffairsProgram Contracting Activity Central6150 Oak Tree BoulevardSuite 300Independence, Ohio 44131
- E-Mail Address
-
yolanda.ray@va.gov
(yolanda.ray@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission. PROJECT DESCRIPTION: The Program Contracting Activity Central (PCAC) is seeking a potential contractor to provide all labor, supervision and all other resources for the expansion of the Dallas Specialty and Primary Care Clinic (PACT) at 2737 Sherman Road, Road, Grand Prairie, Texas. This is a Design-Build project. ADMINISTRATIVE: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in March 2020. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00 The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $39.5 million. The duration of the project is currently estimated at 180 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. REQUIREMENTS: The purpose of this project is for contractor to provide design and construction of the legal removal of hazardous materials as identified in the evaluation report, geotechnical report, verify that the current property survey is accurate, job trailer(s) with power, setting up and securing the staging area and the subcontractor parking area, and all design related elements / phasing as put forth by his A/E design team. New work will include but not be limited to the following: a new structural system that ties back into the existing system - The new system will include a new concrete foundation, new structural steel / concrete columns, new precast concrete parapets (to match the existing), new membrane roof system including roof drains, overflow drains, lighting protection, stainless steel flashing and filling in the existing courtyard opening in the roof. All interior wayfinding signage shall be provided and installed by the General contractor. A new interior roof ladder / hatch is to be provided in the area of the enclosed loading dock. In addition, new mechanical / electrical / plumbing / fire sprinkler and life safety systems and Information Technology systems will be required. New security fencing, bollards, blast resistant glass / tempered glass etc. will be required to meet the minimum requirements for Force Protection as established by the Veterans Affairs (VA). The existing building is located at 2737 Sherman Road in Grand Prairie, Texas. It is on a 5.58-acre site and the single-story 22,745 square foot building is constructed of brick and concrete (the SF does not include the basement space). The building has a partial full height mechanical basement. The building was constructed in 1972 and the interior was remodeled in 2008. The interior of the building has a 2-hour fire wall (running east to west) and the southern side of the building is currently occupied. The building does not have a fire sprinkler system. Please note that the building will remain occupied during the anticipated multiple phases of construction. A portion of the building is served by three Chilled Water Multi-Zone Air Handling Units (AHUs, located in the crawl space of the building), nine Chilled Water Fan Coil Units, and FCUs (located within and serving the perimeter). Heating is provided by Electric Heat Strips at each zone. The existing Chilled Water System consists of one 70-ton Air Cooled Chiller is located on the West end of the building one Primary pump located on the underside of the chiller, and two nonoperational secondary pumps are in the lower portion of the Mechanical Room. Existing Building Controls are pneumatic. At the time of observation there was an abandoned non-operational Split system chiller located in the lower level of the engineering space along with the Electrical Switch Board. The remote condensing unit for the chiller is located to the rear of the building (West side across drive area next to Main Transformer.) The existing air handling units are in the crawl space. Most of the systems are constant volume multi-zone systems with electric re-heat temperature control. No control or balancing valves were found on the units, as such the only means of balancing is to throttle the system with isolation valves. In addition, there are some single zone systems with the same air temperature controls that are in the crawl space. On the south side of the building there are several fan coils on the exterior wall zones located in the plenum. The existing electrical power distribution is a 2,000A 208Y/120V 3-phase 4-wire system. The main switch board is a four section 2,000 amp with ground fault protection located in the lower area of the mechanical room. Current distribution is set up to favor the separation of the North and South sides of the building allowing for the occupation of the southern part the building while the northern portion is under construction. This does not guarantee the complete separation of the two sides as there may be single circuits that cross where the new 2-hour wall. Any circuits that cross the 2-hr construction barrier that need to remain in service shall be relocated to the active panels on the south side of the building. Circuits fed from the south side crossing the barrier shall be abandoned in place and disconnected from the servicing panels. The Switch Board is in the mechanical room on the west side of the building and appeared to be original to the building. The switch board has been tested and the necessary repairs required to keep in service during construction have been completed. It is anticipated that this equipment will adequately serve the south half of the building during the construction phase. The building is serviced by an existing 3 domestic water service. The main enters the building on the east side in the crawl space through a new Double Check Backflow Preventer. The main service branches and serves the building through a north and south side main and serves the building from under floor. This main service will remain in service during construction. The existing Sanitary system is satisfactory on the south side of the building and able to be used during the construction period with minor repairs. The existing sanitary main is routed on the east side of the building. Existing plumbing fixtures are adequate to serve through the construction period. The existing ejector pump shall be evaluated for required repairs. Sanitary and water lines/systems will be removed as construction progresses. More information will be provided at the solicitation phase. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement. Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than ten (10) single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by Friday, January 24, 2020 2019 @ 1:00 p.m. Eastern Local Time. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be a bid or proposal. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. The Government reserves the right to consider a small business, SDVOSB, VOSB or the (8) a program based on the responses received. Because this is a Request for Information announcement, no evaluation review letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the review. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Boulevard Suite 300 Independence, Ohio 44131 Primary Point of Contact: Yolanda M. Ray, Contract Specialist Email: yolanda.ray@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/edc40207933642008f3467bfe5d9873a/view)
- Place of Performance
- Address: Department of Veterans Affairs;Dallas Specialty and Primary Care Clinic;2737 Sherman Road;Grand Prairie, Texas 75071, USA
- Zip Code: 75071
- Country: USA
- Zip Code: 75071
- Record
- SN05532226-F 20200112/200110230130 (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 |