Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

Z -- Two-phase design build Seismic Retrofit for Buildings 5 & 7 at the Veterans Administration (VA) Medical Center, San Francisco, California.

Notice Date
9/13/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, San Francisco, ATTN: CESPN-CT, 1455 Market Street, San Francisco, CA 94103
 
ZIP Code
94103
 
Solicitation Number
W912P7-11-R-0015
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Rolando Z. Camerino, (415) 503-6959
 
E-Mail Address
USACE District, San Francisco
(rolando.z.camerino@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Army Corps of Engineers, San Francisco District is preparing to issue a solicitation (Request for Proposal-RFP) for a two-phase design build Seismic Retrofit for Buildings 5 & 7 at the Veterans Administration (VA) Medical Center, San Francisco, California. The full solicitation package inclusive of the two-phase evaluation and selection process(es), solicitation forms, documents, drawings and specifications required to submit an offer for this requirement in response to Phase 1 of the solicitation will be available approximately 29 September 2011. SET ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) PROJECT MAGNITUDE: $ 5,000,000 to $ 10,000,000 (five to ten million US dollars). NAICS: 236220 Commercial and Institutional Building Construction. SMALL BUSINESS SIZE STANDARD: $ 33.5 million. PROJECT OVERVIEW: Provide Design Build Services for the Seismic Retrofit of Buildings 5 & 7 at the San Francisco Veterans Affairs Medical Center, located at 4150 Clement Street San Francisco, CA. All following items include design and construction as necessary to abate lead and asbestos to execute the work. For both buildings 5 & 7, work consist of seismic retrofit, replacing and installing new fire sprinklers, replacing all mechanical equipment and accessories, replacing 120/208v electrical panels, replacing the roof, replacing exterior windows, and miscellaneous interior improvements. Work on building 5 also includes lighting improvements, and work on building 7 includes replacing all sanitary sewer lines under the Canteen to the perimeter wall. The work shall be constructed in phases as conditioned by the Contracting Officer and contract documents for an overall period of performance of not more than 550 calendar days upon the awarded contractor's receipt of the Notice to Proceed (NTP), inclusive of 180 calendar days for design, and 365 calendar days for construction. The two-phase design build solicitation and evaluation process shall be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The issued RFP shall set forth the requirements for responding to Phase 1 of the solicitation, as well as all technical evaluation factors and sub factors for both Phase 1 and Phase II. After the closing date of the Phase 1 Solicitation, the Government shall evaluate responsive proposals received in response to Phase 1 of the solicitation to a short-list of no more than five (5) contractors 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 will only be requested from those firms who are short-listed as a result of Phase I evaluation process, and shall be evaluated in accordance with Phase II Evaluation Process. Please note that the Government will not be maintaining a bidders' list during the solicitation period for this requirement during Phase I. Please also note that solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available ONLY electronically and via the government point of entry (GPE) found at www.fbo.gov. Hard copy documents will NOT be supplied by the government to any interested parties as a result of this solicitation. Vendors submitting offers for this requirement must be actively registered in the Central Contractor Registration (CCR) to participate; offers received from vendors that are not currently registered will be rejected. Website for CCR is http://www.ccr.gov. Vendors must have completed and have accurate and current on-line representations and certifications found at www.orca.bpn.gov to be considered for award. Award for this requirement is anticipated to be "Best Value" to the Government, price and other evaluation factors considered. Identification of significant evaluation factors and sub factors will be duly noted within the solicitation documents. Please note tha this presolicitation notice is for information only. The response date of 9/29/2011 indicated above is for www.fbo.gov archiving purposes only, and prospective bidders need not respond to this presolicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-11-R-0015/listing.html)
 
Place of Performance
Address: VA Medical Center, Bldg 5 & 7, San Francisco, CA. 4150 Clement St. San Francisco CA
Zip Code: 94121
 
Record
SN02574040-W 20110915/110914000111-0a63c5d5bcd54b25c70b86de1c6644ba (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.