SOURCES SOUGHT
Y -- Construction of Facilities at Albany Stratton VA Medical Center and Northport VA Medical Center
- Notice Date
- 10/25/2019
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS20S0002
- Archive Date
- 11/23/2019
- Point of Contact
- Mohenda R. Surage, Phone: 9177908088
- E-Mail Address
-
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there is an adequate number of interested and qualified SBA certified Service-Disables Veteran Owned Small Businesses (SDVOSB) firms serviced by SBA New Jersey, New York, and Pennsylvania district offices, having the capability and bonding capacity for the following effort. The proposed project and a brief scope: Parking Garage - This is a design-build project. The approximately 200 space parking structure will accommodate 3 floors of vertical expansion, provide a pedestrian bridge to the third floor of the Medical Center and use durable materials that maintain a visual connection to the hospital exteriors. The garage will consist of two sloped ramps ("bays") with 5.5% slope and nominally flat end areas. All areas will accommodate two way traffic and perpendicular parking stalls. Handicapped accessible parking is located on the flat floor areas. Additional items provided include an attendant's booth, lift gates and manual sliding gate to facilitate after hours lock down. The project includes the requirement to lease temporary parking space and provide shuttle transportation from temporary parking area(s) to the Medical Center, to replace 168 parking spaces displaced during construction. Location - Albany Stratton VA Medical Center Albany, New York Responses to this Sources Sought will be used by the Government for market analysis only, as an aid in its making of the appropriate acquisition decision(s); such as, use of a small business set aside or full and open competition. This project is planned for advertisement between November and December 2019 with awards from 01 April 2020 to 31 July 2020. In accordance with FAR 19.502-2, there must be a reasonable expectation to receive offers from at least two responsible small business concerns and at fair market prices. Firms are strongly encouraged to respond to this notice to provide the expectation that these procurements can be set aside.. Contract duration is estimated to be 500 calendar days. The North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Facilities. The SBA size standard is $33.5 million in average annual receipts. The estimated construction cost for these projects are between $5,000,000 and $10,000,000 per project. All interested businesses should notify this office in writing by mail or fax and provide a response to the questions below: (1)Prior Construction Performance - Submit a brief description of two (2) past performed projects, completed in the last seven (7) years (turned over to the customer), that included any of the following where you were awarded and executed as a Prime Contractor (if you were only a sub-contractor, please indicate accordingly): a.Parking garage - please provide specific examples of design and construction of stand-alone parking structures. Please indicate contractors role and dollar value of work performed. b.Interior renovations - please provide specific examples of internal renovations completed in occupied areas. Please indicate contractors role and dollar value of work performed. c.Site development - please provide specific examples of site development. Details should describe installing any of the following: a timer controlled automatic gate system, Camera Surveillance DVR System, parking and roads, grading, drainage, landscaping/planting, ornamental fencing system and security & utility distribution systems (2)Provide a statement verifying the Prime Contractor is capable and will perform twenty (20%) of the work and indicate the type of work to be self-performed by the Prime Contractor. (3)The Offeror will demonstrate past experience by providing recent and relevant Design-Build Experience. The Offeror must have completed the projects that they submit with the A/E firm that they intend to work with on this project. Relevant projects are those which are similar in scope, magnitude and complexity. If the Offeror has not worked/teamed with the A/E firm before, both shall submit at least two (2) projects but no more than (4) examples of relevant projects not less than 75% complete or physically completed within the last seven (7) years. Each project shall demonstrate similarities to scope, complexity and magnitude to receive satisfactory rating for this factor. (4)The Offeror shall also demonstrate their experience with the NEPA process including completing an Environmental Assessment and obtaining all required approvals (5) Provide identification and verification of the company as an SBA certified Service-Disabled Veteran Owned Small Business. (6)Provide CAGE Code and DUNS Number (7)The interested contractor must indicate their capability of obtaining performance and payment bonds for a project in the dollar amount (price or range) listed above. All interested businesses should submit their responses in writing by mail or package delivery service. The due date for responses is 08 November 2019, 02:00 PM EST. Send responses to: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300 Attn: Nicholas Emanuel, New York, NY, 10278-0090 or Email to: Mohenda.r.surage@usace.army.mil This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. The Government intends to update this posting notice with the decided acquisition strategy (set aside for small business, set aside for socioeconomic group within the small business group or unrestricted for full and open competition). Point of Contact Anthony DelVecchio_ E-mail your questions to US Army Engineer District, New York at: Anthony.E.DelVecchio@usace.army.mil Place of Performance Albany Stratton VA Medical Center Albany, New York
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS20S0002/listing.html)
- Place of Performance
- Address: Albany, New York, United States
- Record
- SN05482843-W 20191027/191025230345-74a025f407fd14b04a06d1ee770ec0bf (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 |