United States - Building 8 Swing Space for San Francisco VA Medical Center

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 October 2019
Opportunity publication date
17 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 16, 2019 2:09 pm

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 contract for modular buildings and existing facility renovation to temporarily house medical staff and patients from Building 8, at the San Francisco Veterans Affairs at San Francisco, California. The project comprises of installing multi-story modular building(s) and reconfiguring an existing building, Hoptel 22, for a total of 20, 000 SF. The Mental Health Department in Building 8 is to be relocated in these modular building in the north portion of the existing Parking Lot B. The communication node in building 8 is to be relocated into the Hoptel building 22. The planning assumption is that all space within the modular building(s) to be constructed in Parking Lot B is to be utilized for out-patient treatment and ADA compliant access is required for 2nd floor portions of the modular buildings. The design documents for the modular/trailers are performance based using a potential modular/trailer manufacturer. Building dimensions will be identified in the documents with the understanding the modular/trailer manufacturer will fabricate, supply, and construct these facilities on-site, meeting all recognized local and state codes. The reconfigurations to the existing buildings include erecting new partitions with minimal Mechanical, Electrical and Plumbing (MEP) improvements to meet criteria and code requirements. Work will follow U.S. Army Corps of Engineers processes and requirements. Renovated facilities do not have to meet 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 14. The government intends to issue a solicitation utilizing the Invitation for Bid 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 $10,000,000 and $25,000,000. Estimated duration of the project is 185 calendar days.
Minimum capabilities required include:
• Demonstrated experience within the last 10 years providing new modular building and renovation for healthcare facilities that include, but are not limited to, administrative, pharmaceutical, specialty care, and audiology services. Previous team experience (i.e. JV, mentor/protégé, prime/sub) working together as a team with demonstrated successful experience delivering modular construction and renovation of the size, type and magnitude indicated for this project. Experience in Federal projects is preferred.
• 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 is approximately March 2020, and the estimated proposal due date will be approximately April 2020. 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.
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/Protégé program.
5) Firm's Joint Venture (existing), including Mentor Protégés 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 18 October 2019, 2:00PM PST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to 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.

Opportunity closing date
18 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, San Francisco United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?