Design-Build Services for the Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parkin...

expired opportunity(Expired)
From: Federal Government(Federal)
W9128F23SC006

Basic Details

started - 03 Feb, 2023 (15 months ago)

Start Date

03 Feb, 2023 (15 months ago)
due - 10 Feb, 2023 (14 months ago)

Due Date

10 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W9128F23SC006

Identifier

W9128F23SC006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE ARMY (133188)USACE (38154)NWD (6940)W071 ENDIST OMAHA (1901)

Attachments (5)

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.

Sources Sought: W9128F23SC006General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.Notice Details. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Omaha District (CENWO) has been tasked to identify interest in a Design-Build Contract for Construction Services as defined below in support of CENWO’s design and construction effort at the Fort Harrison Veteran’s Affairs Medical Center (VAMC), Ft Harrison, MT. Responses to this sources sought announcement will be used by the Government to determine the appropriate level of small business participation and to develop the acquisition strategy.This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: small business, small disadvantaged businesses to include 8(a) firms, Historically
Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB). All interested parties are highly encouraged to respond.Project Scope. CENWO intends to acquire Design-Build Services for the Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parking Structure. Preliminary planning and design is currently being performed to develop a Design-Build Request for Proposal to construct two facilities on the Ft Harrison Campus: and approximately 15,300 GSF Central Utility Plant (CUP) with utilities distribution system and an approximately 660 space Parking Structure north of the main hospital building, the demolition/modification of the existing campus heating/hot water system and chilled water system, and the demolition of old boiler plant and supporting backup generator buildings. The estimated magnitude of construction cost of this project is between $75,000,000 and $100,000,000, and the estimated period of performance is 975 calendar days from construction notice to proceed (NTP).General site conditions: The existing site is situated near the property line that borders the adjacent National Guard installation to the north, the existing B170 warehouse building to the west, and a potential Outpatient Mental Health Facility (Building 173 – to be constructed by others) to the east. The site is located partially on an existing parking lot, and the rest of the site occupies open undeveloped space with natural vegetation. At various times, there are a fluctuating number of shipping containers that may be located on or near the site. The site slopes generally from the west to the east. Surface water runoff is mostly sheet flows. There are no identifiable concentrated flows within the project site. Most of the campus has open section roadway (no curb and gutter), except for the area immediately surrounding the main hospital facility itself. There are some identified utilities that run through the project site, like sanitary sewer, signal / telecom utilities, and some water lines. There are existing light poles along the perimeter of the existing parking lot. Closer to the hospital, there is irrigated turfgrass, but that does not extend to the project area.Central Utility Plant: The structural system will be designed such that access to overhead pipe and duct support is possible. Design the building to allow all equipment to be installed and removed in the future. Given the building height (currently assumed to be about 30’), and approximate size of the new CUP facility (~15,300 sq. ft.) the building will utilize exterior load bearing concrete masonry unit wall construction with exterior face brick to match brick used elsewhere on the campus. A rainscreen system will be utilized on all exterior walls and will include the following: exterior brick veneer, air space/drainage cavity, exterior rigid insulation, vapor barrier/drainage plane on concrete masonry block wall. Composite metal panels will also be used on the exterior face of the building at locations that lend itself well to a different material other than face brick. Similarly, a rainscreen system will be utilized with the composite metal panels.Utilities Distribution System: The distribution system is designed to connect the new CUP to the future hospital complex and the existing steam and chilled water systems. The distribution system is primarily routed underground in new utility corridors (approximately 8’x8’) and also inside of the existing buildings to provide building cooling, heating, and domestic hot water needs to the following buildings: Building 141 including the Hydronic Plant, Building 154, Building 154A, Building 169, and future Building 173. The primary connection from the CUP to the Main Hospital Building 154 will be through the primary utilidor. This connection will be made to Mechanical Room B100 located in the basement of Building 154. Utility piping from the primary utilidor will reach the final equipment connection either using secondary utilidors or by utilizing the crawl space under Building 154 or routing through existing buildings. In addition to steam, steam condensate, and chilled water piping, the utilidors must be provided with lighting, ventilation, and drainage as required by code. The utilidor design must provide a safe working space as required.Building System Connection and Demolition: Work within the existing buildings includes connection of the new steam utilities from the CUP to the existing building steam systems and the replacement of the hydronic heating boilers in the Building 141 plant with shell and tube heat exchangers to convert the steam to heating hot water. The existing hydronic heating hot water distribution system within the buildings is to remain. Work within the existing buildings also includes connection of the new chilled water utilities from the CUP to the existing building chilled water systems. The existing chillers and chilled water distribution systems within the buildings are to remain as backup. The new chilled water connections to each chilled water distribution system must include flow metering and temperature monitoring in addition to motorized valving to allow selection of CUP chilled water operation or individual chiller system operation.Building 141 (existing hydronic plant) contains two (2) Superior fire tube hot water boilers installed in 2010 with MAWP of 60 psig and rated at 200 BHP or 6,700 MBH and two (2) Patterson Kelly hot water boilers installed in 2015 with 160 psig MAWP rated at approximately 60 BHP or 2,000 MBH. This equipment is to be replaced by heat exchangers supported by the new CUP with equipment to be salvaged with value recaptured in the project cost. The hydronic heating boilers and domestic water heaters in Building 169 are also to be replaced with shell and tube heat exchangers with the existing heating hot water and domestic hot water distribution systems to remain.Building 169 (Residential Rehabilitation) contains three (3) unitary boilers that are to be replaced by heat exchangers supported by the new CUP. This equipment is to be salvaged with value recaptured in the project cost.Building 171 (operational boiler plant) must remain online until the requirements for commissioning and stable operation of the new CUP are complete. Building 171 is equipped with three (3) Superior fire tube low pressure steam boilers (2012 build) that feature a maximum allowable working pressure (MAWP) of 30 psig and have a rated capacity of 8,625 lb/hr steam. Additionally, the building is equipped with two (2) Superior fire tube high pressure steam boilers (2012 build) that feature a maximum allowable working pressure (MAWP) of 150 psig and have a rated capacity of 5,175 lb/hr steam. Building 171 shall be gutted and left in an environmentally controlled state. The new CUP is to be operational for a period of not less than 10 days prior to decommissioning this plant. The existing ~10,000 gl underground storage tank will have to be removed as per Montana Department of Environmental Quality standards and the area restored.Building 142 (decommissioned Boiler Plant) and Building 159 (supporting generator) are to be deconstructed as part of this project. The four boilers contained within as well as the supporting generator are to be salvaged with value recaptured in the project cost. The A/E shall conduct an analysis of this as well as other contained equipment to determine the most fiscally appropriate course of action. The A/E will have to provide for MT SHPO considerations during demolition. Supporting under-ground storage tanks have previously been removed and hence no environmental risk is present.Parking Structure: The parking structure will include approximately 660 parking spaces. The project includes site improvements, rerouting of existing streets, site utilities, and a covered walkway. The facility will also include facility vertical transportation, facility mechanical, electrical, communications, and fire protections systems. The facility shall meet life safety, Physical Security, and accessibility requirements. The new parking structure will have covered parking and serve as the primary drop off location for the VA medical center, building 154. A connected covered walkway will connect the structure to the entry of building 154. The facility will have vertical transportation lobbies at each level. The exterior wall construction will consist of ornamental brick or metal panel cladding over concrete parking structural frame and vehicle barriers. The parking structure will not be conditioned. The top level parking deck should be configured for the addition of a roof of metal construction and also allow for the addition of photo-voltaic panels. The parking structure will include a reinforced concrete slab on grade with a reinforced concrete foundations at the base level, and the elevated structure is structurally framed of either cast-in-place post-tensioned concrete (one-way system) or precast prestressed double tee and girder construction.Service Access Road. Design and build an access road loop by extending Devil’s Brigade Way around the north end of campus to allow for service access to B170 once the existing Devil’s Brigade paralleling Patriot’s Way is closed for construction.Communications with Industry. CENWO has scheduled a teleconference for interested parties where additional project information will be provided and questions may be addressed. The teleconference will be held on 19 January 2023 at 1400 CST. Please note, all information to be discussed is subject to change as additional project details become available.To receive the teleconference information and any exhibits to be presented, interested parties should contact Adam Beaver, Contract Specialist, at adam.l.beaver@usace.army.mil.The email must include:SUBJECT: “Sources Sought W9128F22SC006 - Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parking Structure Sources Sought – Teleconference Info Request”CONTENT: Firm name and CAGE code, names of parties calling in, anticipated number of dial-ins, and any questions, recommendations, or concerns the firm has which may influence the acquisition strategy.Minimum Technically Acceptable Contractor Expertise Criteria:In preparation of interested party responses outlined in paragraph 6, firms should consider the following:Firms should demonstrate through references, project lists, or reports, that they possess experience as it relates to the project details. Responses including three (3) projects maximum, each no more than seven (7) pages, including any graphics and cover page, will be accepted for review.The Government may consider the past performance of key individuals and predecessor companies in evaluating the firm's previous experience and past performance factors.Firms should address within the content limitations above, the extent of small business participation in the projects submitted.The North American Industrial Classification Code (NAICS) for this requirement is: 236220, “Commercial and Institutional Building Construction”. The related size standard is: $39.5M.Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parking Structure contract. Please email to adam.l.beaver@usace.army.mil. Responses must be received by 1400 on 3 February 2023, to be considered. However, the response date will be extended to 10 February 2023 to allow an opportunity to receive industry feedback on the recently published Questions for Industry attachment. The government will begin reviewing the submissions received, but will allow respondents to supplement their initial submission with any feedback they'd like to offer in consideration of the Questions for Industry attachment.Responses to this Sources Sought should be limited to fifteen (15) pages and include the following information:Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number.Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).Provide a maximum of three D-B project examples, similar in size, scope and complexity to the work described in paragraphs 3 and 4 of this notice, with a brief description of each project, customer name, and timeliness of performance, contract number, customer satisfaction, and the final project dollar value.The Government may verify information in CPARS or PPIRS.Disclaimer and Important Notes.This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, requesting SF 330’s, may be published on Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a formal synopsis.All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.CENWO intends to synopsize a requirement for Design-Build Construction Services in support of Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parking Structure contract. The scope of this requirement has not been fully defined but is intended to produce a fully developed Request for Proposal to be issued during the Spring of 2023.

Fort Harrison ,
 MT  59636  USALocation

Place Of Performance : N/A

Country : United StatesState : MontanaCity : Fort Harrison

You may also like

A/E DESIGN, RENOVATE 3RD FLOOR AMBULATORY CARE UNIT TO SPECIALTY CLINIC

Due: 29 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

pscCode Y1DZCONSTRUCTION OF OTHER HOSPITAL BUILDINGS