Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2024 SAM #8174
SOLICITATION NOTICE

Y -- 636-23-301 D/B Improve Stormwater Detention - NWI

Notice Date
4/12/2024 6:29:03 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26324R0087
 
Response Due
5/17/2024 10:00:00 AM
 
Archive Date
08/15/2024
 
Point of Contact
Derek Fore, Contracting Officer, Phone: 651-293-3032
 
E-Mail Address
derek.fore@va.gov
(derek.fore@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Pre-Solicitation Notice regarding project: 636-23-301, D/B Improve Stormwater Detention at the Omaha VA Health Care System (VAHCS), Nebraska. The Department of Veterans Affairs, Network Contracting Office 23 (NCO 23), is preparing to issue a solicitation for a Two-Phase Design-Build contract for this project. Note: This is a Pre-Solicitation Notice only, the Solicitation will not be posted for at least 15 days from the date of this notice. This is NOT a request for proposal. Estimated SOLICITATION DATE (Phase I): on or about 05/31/2024 Estimated AWARD DATE: 10/30/2024 SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) NAICS: 236220, Commercial and Institutional Building Construction $45.0 Million PROJECT MAGNITUDE: Between $500,000 and $1,000,000. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified in the Veteran Small Business Certification (VetCert) at (https://veterans.certify.sba.gov) as a SDVOSB. Only bids from verified SDVOSB s at VetCert database at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. Project Overview The project will require the selected contractor to provide all design, labor, materials, tools and equipment, and construction services necessary for the design and construction of the project: 636-23-301, D/B Improve Stormwater Detention as defined by the Performance of Work Statement (PWS). The Two-Phase Design-Build solicitation and evaluation process shall be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.6 (Two-Phase Design-Build Selection Procedures). The issued Request for Proposal (RFP) shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation. No more that four (4) contractors will move forward to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process. Background. Because of significant non-permeable development on the northeast quadrant of the Omaha VAMC Campus (e.g., Ambulatory Care Center, Physical Therapy Clinic, expanded parking, and parking garage) the existing stormwater detention pond, which was constructed prior to recent development and is located adjacent to the southeast edge of Parking Lot 1, is inadequate for current projected peak flows. This project will replace or upgrade the existing detention pond and correct capacity, aesthetic, and disease vector concerns associated with the current stormwater detention system. Improve stormwater detention to meet City of Omaha and Nebraska Department of Environment and Energy requirements for effluent quantity and quality. Preferred storm water detention will be below grade; however, surface stormwater detention is acceptable to remain within the projected budget. This project will require a Design-Build Team to develop and install an effective stormwater detention system meeting the requirements laid out below. The design will incorporate structural and non-structural stormwater management elements to provide a comprehensive stormwater management system for Parking Lot 2 and adjacent impermeable surfaces. Detention system shall be designed to limit peak stormwater runoff and completely drain within 96 hours of a storm event. Preliminary assessment of detention capacity requirement is 1.5 to 2.0 acre-feet. Successful offeror will be either an Architect/Engineer and Construction Joint Venture or an experienced contractor with in-house construction and design capacity capable of providing services as detailed in the PWS. At minimum, the Design Team will include experienced Civil, Environmental, Landscaping, and Sanitary/Sewer design professionals. NOTE: Because this PWS does not require separate A/E and Construction Firms, the terms Design Team and Construction Team are used in lieu of A/E Firm and Construction Contractor throughout the document. The term Design Build Team or DB Team includes both the design and construction teams Anticipated Period of Performance: The contract Period of Performance for the design phase shall be 180 calendar days from the Notice of Award. Period of Performance for total design and construction is 315 calendar days from Contract Award. The time stated for completion includes final cleanup of the premises, as-builts and closeout documents. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database (http://www.sam.gov). All prospective bidders must complete electronic online Representations and Certifications within SAM. The eventual awardee shall also have on file a current Department of Labor VETS4212 Federal Contractor Reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22eb83c8cf2046d9b21c13bb919b8d33/view)
 
Place of Performance
Address: Omaha VA Health Care System 4101 Woolworth Ave, Omaha 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN07028976-F 20240414/240412230043 (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 |
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.