San Francisco Veterans Affairs Building 8 Swing Space

expired opportunity(Expired)
From: Federal Government(Federal)
W912P720S0007

Basic Details

started - 27 Jan, 2020 (about 4 years ago)

Start Date

27 Jan, 2020 (about 4 years ago)
due - 26 Feb, 2020 (about 4 years ago)

Due Date

26 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912P720S0007

Identifier

W912P720S0007
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)USACE (37955)SPD (2641)W075 ENDIST SAN FRAN (345)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Corps of Engineers, San Francisco District is seeking input on a perspective project titled: “SFVA Building 8 Swing Space”, located at the San Francisco Veterans Affairs (VA) Medical Center, 4150 Clement St, San Francisco, CA 94121. This project will provide 20,000 sqft of usable swing space to temporarily house medical staff and outpatients from Building 8.  Building 8 is scheduled for major renovations in the upcoming years (2021-2022); and this project will seek to provide temporary facilities for the current personnel and equipment.  A site map of the SFVA Medical Center is provided, to include the location of the swing space areas, as follows: (1) renovation in an existing building 203 B-Wing referred to as “Ground” floor in B-Wing or (Bldg. 203 GB), (2) renovation in an existing building 22 Hoptel (2nd floor) referred to as (Bldg. 22), and (3) use of parking lot J to install modular trailers referred to as (Lot
J).*******************************************************************************Here is a breakdown of work required at each swing space location:Bldg. 203GB: Renovate approximately 13,000 sqft. of space on the ground floor B- Wing in this existing facility that will continue to see patients in other areas of the facility. Within this area, there is an X-ray room, casting room, physical therapy, which may have requirement for criteria over and above renovation for admin office. The work in addition to admin office renovation is still being considered by the government. Otherwise, renovation in this area will consist of known asbestos abatement / removal (ACM Floor Tile Mastic, ACM Ceramic Wall Tile, Adhesive, And Grout (Assumed), ACM Vinyl Floor Tile, ACM Ceramic Floor Tile Adhesive and Grout (Assumed), ACM Gypsum Wallboard System, ACM Black Sink Undercoating etc.) and renovation of this area into admin office space. There is no anticipated phasing for this work, however, for a portion of the work in this area there is a requirement for work after hours taking place between the hours of 20:00 (8pm) - 03:00, with an hour before for setup (setup from 7-8), and an hour after for cleanup (3am-4am).  The afterhours work is estimated to take no longer than two weeks. Additionally, the construction contractor will purchase and install necessary FFE as per the equipment list for this area. Bldg. 22: Renovate approximately 3,500 sqft. of space on the second floor of Hoptel building 22 that continues to house patients in other areas of the facility. Within this 2nd floor area the work will consist of renovation into admin office area of an area currently unfinished. The construction contractor will purchase and install FFE as per the equipment list for this area. Additionally, for this work effort an existing communication node and associated utilities currently located in an adjacent building 8 is to be relocated into the 1st floor Hoptel building 22 in to an existing communication room. Lot J: Install / construct approximately 3,500 sqft. of modular trailer space on an existing hard stand, Parking Lot J, to include the installation of utilities (power, water, sewer, and communications). The design documents for the modular/trailers are performance based using a potential modular/trailer manufacturer. Building dimensions for modular trailers are assumed standard 12x60 with the with the understanding the modular/trailer manufacturer will fabricate, supply, and construct these facilities on-site, meeting all recognized local and state codes.Planning assumption is that all space renovated and within the modular building(s) is to be utilized for out-patient treatment and is to be Americans with Disabilities Act (ADA) compliant. The reconfigurations of all the swing space is expected to meet minimal Mechanical, Electrical and Plumbing (MEP) improvements to meet criteria and code requirements. All work will adhere to U.S. Army Corps of Engineers construction and safety processes and requirements. Renovated facilities do not have to meet LEED Silver accreditation upon completion of construction. Government will provide a list of proprietary vendors i.e. smoke alarm, etc.*******************************************************************************Here are some project details:  The project’s NAICS Code is 236220 with a Small Business size standard of $36.5MThe project’s estimated cost range is between $10M-$25M.The project’s estimated performance period (duration) is 185 calendar days.The project’s estimated advertisement is October 2020The 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 8(a) Alaska Native Small Business firms, who have (and can demonstrate) experience working on projects similar to this scope and complexity.  *******************************************************************************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/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 should respond to this Sources Sought Notice no later than February 25, 2020, 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.We look forward to hearing from you.

San Francisco ,
 CA  94121  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Francisco

You may also like

JUNEAU FEDERAL BUILDING FY24 BEWAP PROJECTS

Due: 31 Oct, 2024 (in 6 months)Agency: PUBLIC BUILDINGS SERVICE

SAN FRANCISCO VETERANS AFFAIRS MEDICAL CENTER DEMOLITION PROJECT

Due: 14 May, 2024 (in 24 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 236220Commercial and Institutional Building Construction