Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

Y -- Build of a Behavioral Health Inpatient Unit, Northern California Health Care System, Mather, California

Notice Date
5/25/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0017
 
Response Due
7/9/2010
 
Archive Date
9/7/2010
 
Point of Contact
Ryan Bayless, 916-557-7090
 
E-Mail Address
USACE District, Sacramento
(ryan.j.bayless@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JOB DESCRIPTION: This project is a Design-Build of a Behavioral Health Inpatient Unit building. The project will be approximately 10,735 sf with lock-down capability and panic alarm systems. Work will also include associated supporting utilities, parking, landscaping, and site improvements. Design will follow VA design criteria. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. Design will follow VA design criteria. The contractor is also required to have expertise and knowledge of the design of security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, construction management Acquisition Information: This acquisition is proceeding as Request for Proposal (RFP) 100% SMALL BUSINESS SET-ASIDE. Estimated Cost Range is between ($5,000,000 $10,000,000) Period of Performance for Design and Construction: TBD. This Procurement will be conducted under FSC CODE: Y149, SIC CODE: 1542, NAICS Code: 236220. The size standard for this code is $33,500,000. All questions should be directed to the Contract Specialist, Ryan Bayless, at (916) 557-7090, FAX: No.: (916) 557-5278, e-mail ryan.j.bayless@usace.army.mil. Information about the time and location of the site visit/pre-proposal conference will be found in Section 00100 of the specifications. If you need assistance with downloading the plans or specs or registering as an Interested Vendor, please contact the Contract Specialist. A site visit/pre-proposal conference will be scheduled. It is anticipated that the RFP will be issued on or about June 09, 2010, for downloading at the Government's website at http://www.fedbizopps.gov/. No paper copies will be issued. The specific date and time will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0017/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02159915-W 20100527/100525235431-dd4630544ddb6e9a0f6175f5db70cbae (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  © 1994-2020, Loren Data Corp.