RESEARCH AND VETERINARY MEDICAL UNIT FACILITY, BUILDING 40

expired opportunity(Expired)
From: Federal Government(Federal)
W912P723S0004

Basic Details

started - 05 Jan, 2023 (15 months ago)

Start Date

05 Jan, 2023 (15 months ago)
due - 06 Feb, 2023 (14 months ago)

Due Date

06 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W912P723S0004

Identifier

W912P723S0004
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE ARMY (133065)USACE (38105)SPD (2649)W075 ENDIST SAN FRAN (345)
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.

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 Research and Veterinary Medical Unit Facility, for the San Francisco Veterans Affairs at San Francisco, California. The proposed work encompassed by this project is to construct a new approximate 75,000 SF with three (3) occupiable floors in the new Building 40 to replace the existing Building 12. This will permit, to the extent possible, consolidation of many of the wet laboratories on campus into a single building designed to meet current VA standards and guidelines for Mission Critical research structure. The basis of
design for construction will be comprised of steel framed structure, metal framing, glass, and metal panel enclosure window wall system. Exterior curtain wall system is included as optional bid item. Interior office and laboratory spaces will be combination of glass and drywall construction with connecting corridors leading to stairwell exits. An elevator will be constructed to provide vertical access to each of the floors. A penthouse located on the roof of the structure will provide enclosure for mechanical, electrical, and plumbing equipment for the facility. A connecting bridge corridor, also considered Mission Critical, will be constructed for Building 40 connecting with the existing adjacent veterinary facility Building 41. Demolition for removal of the existing water tower adjacent to the site is included as an optional item. Abatement and demolition of existing buildings 14, 18, 21, 911, T-23 existing facilities and a small E-85 above ground fuel distribution system, will also be removed as part of the project. Supporting facilities include the construction of four (4) underground water storage tanks to be located under an existing parking lot. One water storage tank will be connected to the fire protection delivery system. As this project is designated a mission critical facility, an emergency generator is to be installed on the roof of the building and associated below grade fuel storage supply tank are required. New fill, asphalt and base course will replace the portion of the existing parking lot removed by the installation of the underground water storage tanks. Work will follow U.S. Army Corps of Engineers processes and requirements. Facility will be minimum LEED Silver upon completion of construction. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process. The government intends to issue a solicitation utilizing the Best Value 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/DFAR 236, the estimated construction price range for this project is: Between $150,000,000 and $250,000,000. Estimated duration of the project is 1095 calendar days.Minimum capabilities required include:• Demonstrated experience within the last 10 years providing new medical research facilities that include, but are not limited to, Veterinary Medical Unit (VMU) and Vivarium, storage and handling areas for hazardous materials, biological and radioisotope waste, passive and active security, and dry and wet research spaces. Previous team experience (i.e. JV, mentor/protégé, prime/sub) working together as a team with demonstrated successful experience delivering a building of the size, type and magnitude indicated for this project. Experience in Federal projects is preferred.• Previous experience delivering LEED Silver facilities and familiarity with LEED reporting requirements, construction processes & practices necessary to obtain Certification.• Experience integrating construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings.• Experience with constructing multi-storied facilities within a seismic zone using a metal framing, glass, and metal panel enclosure window wall system or a glazed curtain wall system on the building exterior façade.• 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 $45 Million and the Federal Supply Code is Y1DZ. 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 date is on or about 04 August 2023, and the estimated proposal due date will be on or about 18 September 2023. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities SAM.GOV and inviting firms to register electronically to receive a copy of the solicitation when it is issued.Firm’s response to this notice 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 $45M.3) Company's interest in bidding on the Building 40 Research and Veterinary Medical Unit Facility.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 40 Research and Veterinary Medical Unit Facility. 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 Proteges and teaming arrangement information if applicable.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 February 6, 2023, 2:00PM PST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses to mary.fronck@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.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.

Location

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Francisco

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1DZCONSTRUCTION OF OTHER HOSPITAL BUILDINGS