SOURCES SOUGHT
Z -- 3 Projects at Marion VA MC
- Notice Date
- 10/17/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-13-S-JAK1
- Archive Date
- 11/26/2012
- Point of Contact
- Judy A. Kibler, Phone: 3143318521
- E-Mail Address
-
judith.a.kibler@usace.army.mil
(judith.a.kibler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: 1. This is a SOURCES SOUGHT SYNOPSIS. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The St. Louis District, Corps of Engineers is seeking to identify SERVICE DISABLED VETERAN OWNED SMALL BUSINESS or HUB ZONE or Section 8(a) qualified and experienced firms in the North American Industry Classification System (NAICS) code of 236220 for the Marion, Illinois VA Medical Center. This sources sought synopsis is a market survey being conducted to identify firms for participation in Three (3) separate project buildings. The St. Louis District may award three separate contracts. 2. PROJECT INFORMATION: The work site is the Veterans Administration Medical Center, 2401 West Main Street, Marion, Illinois 62959. The designs for these projects have been completed by two separate A/E firms. The primary General Contractor capabilities desired include the following types of projects and related skills and experience: •a) Project No. 657-342, Relocate & Upgrade Operating Room Suite, the contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials. Work includes general construction, alterations, roads, walks grading, drainage, mechanical and electrical work, laboratory equipment, utility sytems, elevators and dumbwaiters, water storage facilities and necessary removal of existing structures and construction and certain other items. •b) Project No. 657-343, Relocate & Upgrade Medical Intensive Care Unit, Day Surgery, Surgery Specialty Clinic & Medical Specialty Clinic, the contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials. Work includes general construction, alterations, roads, walks, grading, drainage, mechanical and electrical work, laboratory equipment, utility systems, elevators and dumbwaiters, water storage facilities, and necessary removal of existing structures and construction and certain other items. •c) Project No. 657-344, Mental Health Building for Expansion of Services, the contractor shall completely prepare site for building operations, including the proposed two level administrative behavioral health facility with a mechanical penthouse and a parking lot for 60 spaces. The location of the proposed facility is to the east and north of the intersection of Commander Drive and North Periphery Road, with the main building entrance facing Commander Drive. Work includes general construction for the proposed two level administrative behavioral facility with a mechanical penthouse and a parking lot for 60 spaces. The first level is designed at approximately 12,691 SF; mechanical penthouse comprises approximately 2,305 SF. Total building gross is approximately 28,041 SF. 3. Experience working in an operating medical facility is vital. The estimated price range of each project is between $5,000,000 and $10,000,000. The NAICS Code is 236220 and the small business size standard is $33.5 million. The VA will require the prime contractor to have documentable experience showing completed projects of similar size and scope in a hospital in environment. Firms interested and capable of providing the required services should provide: •a) The company name, address, Point of Contact (POC), size of business pursuant to the following questions: (1) is your business small? (2) If small, does your firm qualify as a small, emerging business or a small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business. (4) Is your firm a certified Hub Zone firm? (5) Is your firm a certified Service-Disabled Veteran Owned Small Business: •b) At least three (3) similar, completed hospital contracts, performance rating and POC. 4. Interested contractors should submit a copy of a Capability Statement that exhibits clear and convincing evidence of your firm's capabilities/experiences to perform the above work. The capability statement is not to exceed 7 pages (front and back). Any information submitted by respondents to this sources sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. Responses must be received no later than 2:00 p.m., Central Standard Time, 25 October 2012, to the following address: Contracting Division, Attn: Judy Kibler, St Louis District, Corps of Engineers, 1222 Spruce Street, Room 4.207, St Louis, Missouri, 63103-2833 or e-mail to Judith.A.Kibler@usace.army.mil Fax will be accepted to 314-331-8587. Please direct any questions on this announcement to Judy Kibler at the addresses shown above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f70f8b17bdedab01f0799da651655bcd)
- Place of Performance
- Address: VA Medical Center, 2401 West Main Street, Marion, Illinois 62959, Marion, Illinois, 62595, United States
- Zip Code: 62595
- Zip Code: 62595
- Record
- SN02915301-W 20121019/121017234342-f70f8b17bdedab01f0799da651655bcd (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 |