SOLICITATION NOTICE
Y -- LTSCI VA Dallas 549-820B Long Term Spinal Cord Injury
- Notice Date
- 3/6/2023 12:27:03 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20001 USA
- ZIP Code
- 20001
- Solicitation Number
- 36C10F22R0045
- Response Due
- 8/31/2023 11:00:00 AM
- Archive Date
- 11/29/2023
- Point of Contact
- Deontrinese Dalton, Contracting Officer, Phone: 504-412-3700 x18705
- E-Mail Address
-
deontrinese.dalton@va.gov
(deontrinese.dalton@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM) is issuing a Pre-solicitation Notice for a Design-Bid Build (DBB) Construction project for a Long-Term Spinal Cord Injury (LTSCI) Facility Dallas, Project No. 549-820B. Located at the Dallas Campus of the VA North Texas Health Care Systems, Dallas TX. This procurement will be UNRESTRICTED to be released under Solicitation Number 36C10F-22-R-0045. The Contractor must provide all supervision, labor, materials, tools, equipment and transportation, and services necessary for construction. The project to be constructed is to build a Long-Term Spinal Cord Injury (LTSCI) Building at the Dallas Campus of the VA North Texas Health Care System as summarized herein and further defined in the bid documents and General Requirements. The Work includes but is not limited to the following facilities: New Building 83 LTSCI, and Renovation of a portion of the Existing Acute Care SCI Building 74. This includes the construction of a new 30 bed LTSCI facility adjacent to and attached with an existing acute Spinal Cord Facility (Building 74) by a new multi-story lobby with at-grade entries on level 1 and level B1. The LTSCI includes a new Outpatient Clinic and a Urodynamic suite at level B1. The LTSCI is divided into 5 pods. Level B1 includes above grade growth space for 30 future residents. Level 1 includes provision for 30 above grade resident bedrooms. Each resident pod accommodates 6 residents with related living and clinical areas. Level 2 includes provision for administrative support areas, offices, interior therapy spaces, and a roof garden area for use by the residents. At level 3 there is a mechanical penthouse. There are provisions for mission critical VA required underground storage tanks. There is an above grade covered connector corridor to be constructed for pedestrian connection to the existing LTSCI parking garage at Level 2. There are underground connections and extensions to the existing underground utility tunnel system. The new LTSCI is designed in accordance with the Physical Security Design Manual for Mission Critical facilities. Also included is demolition/ renovation work in Building 74 near where the new LTSCI will connect to the existing building. The LTSCI is an approximate 166K-sq.ft. Including: TRAILER & UTILITIES-ACCOMODATIONS-Contractor must also provide an approximate 7400-sq. ft trailer including all utilities and detailed accommodations for swing space provisions during construction IAW layout and location as detailed on drawings and specifications. This trailer will be provided for the duration of construction and until the personnel and services located within the swing space can be relocated to their new facilities within Building 83. After such the trailer will be removed, and the impacted site area graded and landscaped IAW the instructions in the drawings and specifications. An extra 180 calendar days period of performance is included in the below construction 1092 POP for employee relocation, trailer removal and site restoration. A single FFP award will be made on the Base CLIN 0001 (Main Proposal Item). This procurement has a Option CLIN 0002 (deductive item) for the TRAILER & UTILITIES-ACCOMMODATIONS . A determination may be made at time of award based on the best interest of the Government for award of Base CLIN 0001 (Main Proposal Item) less Option CLIN 0002 (Deductive Item) - Trailer & Utilities-Accommodations. The award amount will be based on the cost of Base CLIN 0001 less the cost and period of performance for Option CLIN 0002 for a final contract amount. The period of performance at award will be 912 calendar days (1092 calendar days less 180 calendars days for the deductive item). Offerors shall provide price proposals on both CLIN items separately. Failure to do so will be cause the proposal to be determined non-compliant IAW the RFP and not considered for award. The magnitude of construction cost for this project is between $100,000,000.00 and $150,000,000.00. The applicable North American Industry Classification System (NAICS) is 236220, small business size standard is $36.5Million. Offerors may propose with or without a Project Labor Agreement (PLA), this is not a PLA required acquisition. All project labor agreements shall fully conform to FAR Subpart 22.5. IAW FAR 52.222-33 Notice of Requirement for Project Labor Agreement and FAR 52.222-34 Project Labor Agreement. Project Use of Project Labor Agreements for Federal Construction Projects (PLAs): Offeror(s) may submit proposals with or without a PLAs. The PLAs shall fully conform to the Federal Acquisition Regulation (FAR) Subpart 22.5 - Project Labor Agreement for Federal Construction Projects. No additional points or weight will be assigned to proposals submitted with a PLAs. PLAs proposal will not be given additional weight towards their technical proposals or towards selection of a proposal for award. Offeror(s) who chose to provide a proposal including PLAs shall do so in compliance with FAR 52.222-33 and FAR 25.222-34. NOTICE TO OFFFERORS: All offerors must be registered in the System for Award Management (SAM) www.sam.gov before submitting an offer and must comply with FAR 52.204-7 and 52.204-8. Registration will be verified using the Unique Entity Identifier (UEI) that identifies the Offeror s name and address exactly as stated in the offer. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from www.SAM.GOV , which will be available on or around April 30, 2023. By registering at www.SAM.GOV Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a UEI Number to download documents. By registering for the Register to Receive Notification list you will have notice of any new amendments that have been issued and posted, any notifications, and communication with other contractors and query to this requirement. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. PRE-PROPOSAL CONFERENCE/SITE VISIT: Pre-proposal conference information will be outlined in the RFP. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. Award will be made utilizing the Best Value process IAW FAR Part 15. If you have any questions, please contact Deontrinese Dalton 202-256-5809, Deontrinese.Dalton@va.gov . In the subject line of any email please identify 36C10F-22-R-0045 Dallas LTSCI 549-820B .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/64b81545da4a46dea9403b762ccb3e7d/view)
- Place of Performance
- Address: VAMC Dallas Campus VA North Texas Health Care Systems Dallas TX, 75216 USA
- Zip Code: USA
- Zip Code: USA
- Record
- SN06609318-F 20230308/230306230104 (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 |