Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOURCES SOUGHT

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Construction Services for the US Army Corps of Engineers, South Pacific Division

Notice Date
1/25/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-13-S-0004
 
Response Due
2/8/2013
 
Archive Date
3/26/2013
 
Point of Contact
Julie Ayala, (213)452-3241
 
E-Mail Address
USACE District, Los Angeles
(julie.ayala@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Sources Sought notice for market research purposes only. This is NOT a request for proposals and a solicitation is not available. The US Army Corps of Engineers, Los Angeles District, 915 Wilshire Blvd., California 90017 is issuing this Sources Sought notice to determine the availability of Service Disabled Veteran Owned Small Business (SDVOSB) firms that have the experience and capabilities to provide construction services, primarily, design build under construction task orders issued under a Multiple Award Task Order Contract (MATOC) as described below for various Veterans Affairs projects at locations in states of Arizona, California, Colorado, Idaho, Nevada, New Mexico, Oregon, Texas, Utah, and Wyoming, with the majority of the work anticipated to be in California and Arizona. Responses to this notice will be used to determine if Service Disabled Veteran Owned Small Business sources are capable of satisfying the agency requirements. The various Veterans Affairs projects shall consist of Construction projects that are either DESIGN BUILD or DESIGN BID BUILD or both and shall consist of but not be limited to RENOVATIONS to existing structures and facilities and or NEW BUILDING work utilizing either design bid build or design build, to be issued under a new proposed MATOC. The DESIGN BUILD projects will require the Construction Contractor to perform both design and construction, with the design phase consisting of a starting point in a design ranging from between 0% designed to 65% designed and with the Construction Contractor working the starting point design towards the final 100% design (consisting of but not limited to Design Analysis, Specifications, Plans) and towards the Construction Documents (consisting but not limited to Construction Specifications, Construction Plans and necessary permits) and finally working towards actual construction and turnover of the completed construction design build project the Government. The DESIGN BUILD projects shall require designs including but not limited to abatement, architectural, civil, demolition, electrical, foundation, HVAC, mechanical, interior design/finishes for hospitals, plumbing, roofing, security systems, and structural features and include future technology growth. Hospital interior features include but are not limited to Infectious Controls/Dust Control, Fire/Life Safety requirements including corridor de-congestion, fire/smoke walls and doors, Case Work for Laboratories, Gas Systems for Operating Rooms and Patient Care rooms, Pneumatic Tubes between Operating/Surgical Rooms to Laboratories, ADA compliance, Patient Lift Systems, Emergency Power for Life Safety and Critical systems, Nurse Call systems, Security and Audio/Visual Systems and Plane Tree concepts. The DESIGN BID BUILD projects will require the Construction Contractor to perform construction and turnover of the completed construction design bid build project utilizing Construction Documents (identified previously) that are provided with the solicitation. The RENOVATION projects will be for the renovation of the interiors and exteriors of existing hospitals / clinics requiring infectious controls and phasing of work to accommodate the patients and staff and may include but not be limited to hospital / clinic room functions consisting of Operating Rooms, Nurse Stations, Patient Rooms, Isolation Rooms, Exam Rooms, Laboratories, Sterile Processing rooms, Long Term Care Patient Rooms, Doctor / Nurse Offices, Patient Lobby facilities, Patient / Staff conference rooms, Rehabilitation (exercise) rooms, MRI/CT/X-Ray rooms, Operating Room Robotic Systems, Prosthetics, Cafeteria Systems, Dining Rooms, Living Rooms, Kitchens, Family Rooms, Warehousing, Administrative rooms, and Bathroom Facilities (shower/toilet/sink). The NEW BUILDING work may be to provide stand alone new buildings possibly not requiring full infectious controls or new buildings that connect to existing buildings that require full infectious controls. The NEW BUILDING work will be of various configurations and functions (similar to but not limited to room functions identified for RENOVATIONS) with varying number of floors and square footage. The projects shall meet: all applicable Veterans Affairs codes; National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and JCAHO standards and guidelines. The Contractor shall be able to supplement their teams with LEED accredited and Commissioning professionals. This RFI is open to Service Disabled Veteran Owned Small Businesses (SDVOSB) only; the magnitude for construction is mostly between $1,000,000 and $5,000,000.00 with certain projects between $5,000,000 and $10,000,000; the NAICS code is 236220: and the small business size standard is $33,500,000.00. Eligible contractors must have: as their own project experience at least two 100% completed (completed within the past 5 years) DESIGN BUILD construction projects each with a minimum final contract amount of $3,000,000.00 that required infectious controls in an operational hospital environment; the ability to provide staff with individuals experienced in infectious controls / hospital construction work for the non-combinable key positions of Site Safety Health Officer (SSHO), the site Contractor Quality Control Systems Manager, the Site Superintendent and the Designer of Record (DOR), and at least a replacement individual experienced in infectious controls / hospital construction work for each of the non-combinable key positions. Eligible contractors are requested to register on the quote mark Interested Vendors List quote mark for this RFI no later than February 8, 2013. Phone inquiries, faxes, and electronic submissions will not be accepted. This is not a request for proposal. The Government is under no obligation to award a contract as a result of this sources sought announcement. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-13-S-0004/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02972834-W 20130127/130125234631-01f49c53bc714fce3ab6f08662b2afb6 (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.