Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOURCES SOUGHT

Y -- VA Puget Sound Health Care System, Seattle Division PROJECT NO. 663-406, CORRECT SEISMIC DEFICIENCIES B100 NT AND NHCU

Notice Date
1/30/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Construction and Facilities Management;1175 Nimitz Ave., Suite 202;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10112R0053
 
Response Due
2/10/2012
 
Archive Date
2/24/2012
 
Point of Contact
Ronald Ferrer, Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-101-12-R-0053 Notice Type: Sources Sought Synopsis: This is a Sources Sought notice for small business general construction firms and market survey for Project Labor Agreement (PLA) for construction project identified below. The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) is seeking a small business general construction firm to perform Project No. 663-406, correct seismic deficiencies at the VA Puget Sound Health Care System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108. The general construction firm must be classified under one or more of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB) (2), Veteran-Owned Small Business (VOSB), (3) Small Disadvantaged Business (SDB), (4) Woman-Owned Small Business (WOSB), (5) Section 8(a), and/or (6) HUBZone. The magnitude of this construction project is between $20,000,000 and $50,000,000. Interested general construction firms must be firms with an approved NAICS Code 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. A bid bond as well as payment and performance bonds shall be required. This project consists of seismically strengthening Building 100 at the VA Seattle Campus. Specifically, this project will replace all braced frame members in Building 100, Nursing Tower (NT) and Community Living Center, with buckling restrained braces in addition to bracing Mechanical, Electrical and Plumbing systems as required in the building's interstitial spaces. At eight stories tall, Building 100 NT and CLC were built in 1985 and serve as the inpatient wards in the main hospital. The Seattle campus is the VA tertiary referral center for Veterans living in Alaska, Idaho and Washington. Over 90 percent of all patient activity at this facility goes through Bldg 100 in any given day, so this project will resolve a critical patient safety issue. Four sections of Bldg 100 have been identified by the VA for seismic renovation. As a major tertiary inpatient facility, Building 100 NT ranks 10th and Bldg 100 NHCU ranks 19th on the list of Exceptionally High Risk (EHR) Buildings in the VA Seismic Inventory report. At this time, no solicitation exists; therefore, do not request a solicitation. Bondable small business contractors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone number and e-mail address, 5. Business size determination and qualifying Small Business status, 6. DUNS number, 7. Available Bonding Capacity, 8. Construction experience of similar size and complexity. The estimated price range for this project is between $20,000,000 and $50,000,000. Please provide your email responses to ronald.ferrer@va.gov by 2:00 p.m. (PDT) on February 10, 2012. Small business concerns failing to respond to this ad will not be precluded from responding to the solicitation. NOTE: This is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents for this project. Note: If this project is solicited as "full and open competition", in order to mitigate adverse effects to the small business community, prospective large prime contractors will be required to submit a small business sub-contracting plan as part of their bids. The ability to meet and exceed small business goals will be incorporated into the source selection criteria. In addition, prospective large prime contractors will be encouraged to enter into small business teaming agreements. Project Labor Agreement Questionnaire: A PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) Part 22.503 Policy states: (a) PLAs are a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects; (b) an agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will - (1) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. PLA QUESTIONNAIRE (Please respond to the questions below) 1. What is your company's history with Project Labor Agreements (PLA) and its use on construction projects? 2.Would your company likely submit a proposal for the VA construction solicitation that requires the use of a PLA? 3.If VA requires a PLA, what would likely be the impact on construction cost for this project? 4.Would the requirement to use PLA on a construction project restrict competition? 5.Do you expect subcontractor resistance should VA require the use of a PLA on this construction project? 6.Do you have additional comments regarding the use of a PLA for this project? Within seven (7) days of the posting date of this announcement, please return your PLA questionnaire to ronald.ferrer@va.gov Place of Performance: VA Puget Sound Health Care System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108 Contracting Office Address: Department of Veterans Affairs; Office of Construction and, Facilities Management, 1175 Nimitz Avenue, Suite 202, Vallejo, CA 94592 Point of Contact(s): Ronald Ferrer, Contracting Officer at ronald.ferrer@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112R0053/listing.html)
 
Place of Performance
Address: VA Puget Sound Health Care System, Seattle Div.;1660 South Columbian Way;Seattle, WA 98108
Zip Code: 94592
 
Record
SN02664060-W 20120201/120130234914-4c9e2a34885825cd0de0fe1ddad66e43 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.