Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2021 SAM #7229
SOURCES SOUGHT

Y -- San Francisco Veterans Affairs, Building 8 Seismic Retrofit, SFVAMC

Notice Date
9/14/2021 4:27:06 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P721S0011
 
Response Due
9/27/2021 2:00:00 PM
 
Archive Date
10/12/2021
 
Point of Contact
Mary Fronck, Phone: 4155036554
 
E-Mail Address
mary.fronck@usace.army.mil
(mary.fronck@usace.army.mil)
 
Description
San Francisco Veterans Affairs, Building 8 Seismic Retrofit, SFVAMC �Sources Sought� 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 is seeking input on a perspective project titled � San Francisco Veterans Affairs, Building 8 Seismic Retrofit �� for seismic retrofit and renovation of an existing facility, Building 8 located at the San Francisco Veterans Affairs (VA) Medical Center, 4150 Clement St, San Francisco, CA 94121. Buildings 8 is located in the eastern portion of the SFVAMC Campus and is immediately accessible from the eastern entrance. The SFVAMC campus is located on the very edge of the northwestern corner of the San Francisco peninsula surrounded by three sides, east, north and west by Golden Gate National Recreation Area. �Building 8 currently houses outpatient Mental Health Services and is will continue to serve as an outpatient Mental Health Clinic and is an existing historic structure. The building is located with a Parking Garage 212 to the south, Parking Lot B to the West, Building 9 to the North and under construction Building 24 to the East as well as a planned Building 23 to the East. There is limited area for construction due to the confined space. Originally constructed in 1934, Building 8 �contains 4 occupiable floors in a straight linear configuration. It was originally constructed as a nurses� dormitory and as a result has lower floor-to-floor heights of 11�-0� and has no centralized air system. Original hot water radiators are used to heat the building. It is not connected to any other building. Over the years Building 8 has undergone some incremental renovations but, its original internal organization of a double loaded corridor is essentially intact with offices and clinical offices for the Mental Health group. The building has documented asbestos containing materials and lead-based paint present and it is necessary to remediate these materials through an approach to fully demolish all existing interior finishes, partitions and MEP systems. This approach has the benefit of allowing for the most direct structural intervention in order to seismically upgrade the building. The base scheme for this is to introduce new shearwalls and install a series of micropiles. All new mechanical, electrical, telephone, data, life safety, vertical transportation systems and public toilet facilities will be introduced into the building. New services risers will be concentrated in a new service �core� along the east side of the building. An existing exterior fire escape will be removed and 2 new external enclosed exit stairs will be added to the east side of the building where they are not visible from principal public areas of the campus. All new partitions, hardware and finishes will be introduced to accommodate the final program. At the roof level, new mechanical equipment will be enclosed in a penthouse enclosure. However, the visual presence of this enclosure requires the final approval of the State Historic Preservation Officer (SHPO). No Major Medical Equipment (e.g., linear accelerator, imaging, laundry or food service), to be included in the renovated� building. The design documents for this retrofit are being completed in FY22. Work will follow U.S. Army Corps of Engineers processes and requirements. Renovated facilities will meet LEED Silver accreditation upon completion of construction. BUILDING FEATURES SUMMARY - BUILDING 8 BUILDING HEIGHT 57'-10"" Enclosed Areas Basement ������������������������������������������� 6,724 Ground Level �������������������������������������� 6,659 First Floor ������������������������������������������� 6,641 Second Floor �������������������������������������� 6,387 Roof-enclosed Penthouse mech room �� 3,936��� Subtotal of Enclosed Areas ������������������ 30,347 ******************************************************************************* Project details: The project�s NAICS Code is 236220 with a Small Business size standard of $36.5M The project�s estimated cost range is between $25-50M. The project�s estimated performance period (duration) is 24 months. The project�s estimated advertisement is January 2022 The project�s estimated award is July 2022 The Government is contemplating a Design-Bid-Build (DBB) competitively advertised Request for Proposal (RFP) procurement in accordance with Federal Acquisition Regulations (FAR) Subpart 15. However, given the project�s complexity, multiple work sites, varied performance requirements, and customers concerns, the Government is seeking input from Industry, who have (and can demonstrate) experience working on projects similar to this scope and complexity. That is: the capability to perform the seismic retrofit, experience coordinating pedestrian and vehicular access while construction is ongoing, familiarity coordinating with the Owner a service disruption plan compliant with Joint Commission practices, experience performing abating lead and asbestos material work, experience with construction processes and�practices necessary to obtain LEED Silver Certification, and experience with integration of construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings. ******************************************************************************* The Government has not determined a path for this procurement, and the information (interest) provided through this sources sought announcement will help inform the Government�s direction. If your company is interested and capable of performance for this project, please provide 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), Alaska Native 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. 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 8 Swing Space. 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/Prot�g� program. 5) Firm's Joint Venture (existing), including Mentor Prot�g�s 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 should respond to this Sources Sought Notice no later than�September 27, 2021, 2:00PM PST. All interested firms must be registered in System for Award Management (SAM) to be eligible for Government contracts. Email your response to Mary Fronck at mary.fronck@usace.army.mil. 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. Site Map:� See attached
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87e87001b5c04027b9e5a2621ab76f20/view)
 
Place of Performance
Address: San Francisco, CA, USA
Country: USA
 
Record
SN06133135-F 20210916/210915201755 (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.