SOURCES SOUGHT
Y -- VA Medical Center, Dallas TX - Building #2, Old Clinic Wing, Floor Additions
- Notice Date
- 5/29/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126GR0086
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Martha.L.Jackson, 8178861050
- E-Mail Address
-
USACE District, Fort Worth
(martha.l.jackson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a U.S. Army Corps of Engineers, Fort Worth District Sources Sought Announcement only for a Design-Bid-Build construction project at the Veterans Affairs Medical Center (VAMC) in Dallas, Texas. Sources Sought notice 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 Zone (HUB-Zone) and Service-Disabled Veteran-Owned Small Business. The Government must ensure there is adequate competition among responsible small business contractors who are highly encouraged to participate. The North American Industry Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction. The Standard Industrial Classification (SIC) code is 1542 - General Contractors, Nonresidential Buildings, Other than Industrial Buildings and Warehouses. US Small Business Administration Side Standard is $33.5 Million. The estimated magnitude for this construction project is between $10,000,000.00 and $15,000,000.00. Estimated duration to complete this project is 18 months. The Government anticipates posting a Request for Proposal (RFP) for a Design-Bid-Build (DBB) project. Projected solicitation is expected (subject to change) for a Firm Fixed Price (FFP) C-Type contract based on Lowest-Priced Technical Acceptable (LPTA) evaluation criteria. Construction renovation is for the Dallas VA Medical Center (Building #2 Old Clinic Wing) to add a 3rd floor level addition to the Acute Mental Health Nursing Unit Clinic (14 bed) and a 4th floor level addition to the Specialty Care Clinic - Mohs (Derms). Interested firms must be able to provide past performance information of vertical construction experience constructing facilities higher than two floor levels. The USACE construction management software system RMS and Quality Control/Quality Assurance (QC/QA) will be utilized. Scope of Work: The 3rd Floor requires approximately 30,119 GSF of new functional space for the relocated Mental Health Nursing Unit and the 4th Floor requires approximately 8,000 GSP of clinical space for the relocated Mohs (Derms) Specialty Clinic. Infrastructure Support work shall include elevators, mechanical, electrical and IT functional spaces. Work includes but is not limited to civil, structural, architectural, electrical, telephone, public address system, nurse call system, fire detection and protection, and complete mechanical HVAC and plumbing systems including HVAC controls utilizing the existing Building Management System (BMS). All HVAC monitoring shall be connected to the Campus-wide BMS and to the Campus Control Engineers Office in Building No. 1. Fire detection, telephone, public address system, security camera system, and nurse call system shall interface with the existing systems installed in Building No. 1. Associated site work including environmental protection, permitting, utilities, pavements, pedestrian access, and landscaping is included in the scope of work. Construction project shall include sanitary sewer, gas distribution system, water distribution system, electrical distribution system, environmental, voice and data communications (including LAN system), fire alarm and notification systems, fire protection sprinkler system, energy monitoring and control system (EMCS), plumbing system, HVAC systems, anti-terrorism/force protection, structural building system, building envelope, exterior and interior finish systems, specified building equipment furnishings, building specialties and all other systems necessary to the complete design of the Mental Health and Mohs (Derms) clinic per design guides and other design criteria. DBB documents provided are approximately 100% for the 3rd and 4th level floors. The work is located at an active VA hospital with high patient usage. Impact to hospital operations must be kept to a minimum and carefully coordinated with the Contracting Officer and hospital staff. Interested firms should submit a brief capability statement with support documents to include the following: business classifications (i.e. HUBZone, SB, SDVOSB, 8a) as well as qualifications of Design-Bid-Build (DBB) experience in performing the work requirements stated above. Firms must identify past demonstrated experience with at least two examples of a design-bid-build project, similar in scope and magnitude to this project that the company has performed. Examples must demonstrate beyond typical building construction and should highlight demonstrated minimal vertical construction of 3 levels and connection to an existing occupied building with minimal impact to operations and cutover time. Additionally, at least one of the examples must indicate the firms experience working in an active large hospital campus environment. The past experience examples must have been performed within the last five years. Responses are due June 11, 2012. Email responses to Contract Specialist, Martha L. Jackson, Martha.jackson@usace.army.mil. Responses (Capability Statement including support documentation) must be EMAILED ONLY (do not mail) and limited to five (5) pages. THIS NOTICE IS FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST TO BE PLACED ON A SOLICITATION MAILING LIST AND NOT A REQUEST FOR PROPOSAL (RFP) OR AN ANNOUNCEMENT OF A SOLICITATION. THE RESULTS OF THIS SURVEY IS FOR PLANNING PRELIMINARY PLANNING PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY COSTS ASSOCIATED WITH PROVIDING REQUESTED INFORMATION IN THIS SOURCES SOUGHT NOTICE OR ANY FOLLOW-UP INFORMATION REQUESTED. Contracting Office Address: Contract Specialist, Martha L. Jackson, 817-886-1050 US Army Corps of Engineer District, 819 Taylor Street, Ste 2A17, Fort Worth, TX, 76102-0300
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126GR0086/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02760416-W 20120531/120529235416-454d631b3eedd2755550718e01acd253 (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 |