SOURCES SOUGHT
Y -- Department of Veterans Affairs Construction of the new Veterans Affairs Medical
- Notice Date
- 5/7/2020 12:40:17 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-20-VALouisville
- Response Due
- 5/15/2020 10:00:00 AM
- Archive Date
- 05/30/2020
- Point of Contact
- Donavon Waterbury, Michael D. Hutchens
- E-Mail Address
-
Donavon.J.Waterbury@usace.army.mil, michael.d.hutchens@usace.army.mil
(Donavon.J.Waterbury@usace.army.mil, michael.d.hutchens@usace.army.mil)
- Description
- A market survey is being�reissued in order to�update acquisition decisions about this future project. If your firm is interested in this project please respond appropriately. This project includes new construction of a new VA Medical Center in Louisville, KY.� The center will include an approximately 910,000 square foot medical facility; an approximately 18,000 square foot laundry; an approximately 45,000 square foot central energy plant and two parking structures for approximately 2,600 cars.� The project also includes new infrastructure including underground utilities, roadways, sidewalks, perimeter fencing, landscaping and other site improvements. Contract duration is estimated at 1,550 calendar days. The estimated cost range is over $500,000,000. NAICS code is 236220.� All interested Prime contractors and Subcontractors should respond to this survey by email 15 May 2020 by 1:00 PM Eastern Standard Time. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category.� Complete Item 4 below for the feature(s) of work you are interested in. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a.�� Projects similar in scope to this project include: New Construction of medical facilities that include specialty care services.� To be considered similar in scope, a submitted project must also include the following medical services: surgical, radiological services, and laboratory services.� Please note whether the project was for a Medical installation / end user. b.�� Projects similar in size to this project include: Projects of at least 500,000 square feet will be considered similar in size. c. Based on the information above, for each project submitted, include: 1.��� Current percentage of construction complete and the date when it was or will be completed. 2.��� Scope of the project. 3.��� Size of the project. 4.��� The dollar value of the construction contract and whether it was design- bid build or design-build. 5.��� The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6.��� Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Donavon.J.Waterbury@usace.army.mil. If you have questions please contact Michael Hutchens at Michael.D.Hutchens@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1ee3c733097c4176a2ec04e3abf38b0f/view)
- Record
- SN05650896-F 20200509/200507230211 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |