Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Z -- DESIGN AND CONSTRUCTION OF VA664-328 CLINICAL LABORATORY (LAB) RENOVATION, VETERANS AFFAIRS SAN DIEGO HEALTHCARE SYSTEM, SAN DIEGO, CALIFORNIA

Notice Date
4/25/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-R-0022
 
Response Due
6/11/2012
 
Archive Date
8/10/2012
 
Point of Contact
Pat Bonilla, (213)452-3255
 
E-Mail Address
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
USACE, Los Angeles District is soliciting for a 2 Phase Design-Build construction project. The project consists of all labor, materials, tools, equipment, and necessary services to design and construct VA Project 664-328 "CLINICAL LABORATORY (LAB) RENOVATION", San Diego Healthcare System, San Diego, California The project site is located on the first floor of Building 1 at VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161. The square footage being renovated is approximately 22,900 square feet, if all options are exercised. Included in the proposed contract are all design, drawing, specifications, engineering, construction and administration required to satisfy the requirements stated in the RFP. Infectious Controls are required. This includes all applicable permits, agency notifications, documentation fees, civil engineering certifications, soil quality inspections, and structural calculations. The overall contract work shall consist of but not limited to hospital/clinic/laboratory related architectural, civil, mechanical, electrical, structural, environmental, infectious disease control disciplines, hospital/clinic/laboratory related asbestos & lead based paint abatement, hospital/clinic/laboratory related construction work consisting of but not limited to general construction, alterations, removal and replacement of existing structure, removal of existing building interior finishes, building interior site clearing, site clearing, earthwork, pavement, concrete, masonry, structural, carpentry, interior work, roofing work, mechanical, electrical, communications, HVAC, fire sprinkler systems, painting, building appurtenant work, infectious disease control, phasing of work in an operational hospital/clinic/laboratory environment, coordination with operational hospital/clinic/laboratory staff. The estimated cost range of proposed contract is from $5,000,000 to $10,000,000.00. The solicitation is advertised in accordance with FAR 36.3 entitled "Two Phase Design Build Selection Procedures". The Request for Proposal will use the best value TRADEOFF source selection process. Proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase Two. One contract will be awarded using competitive negotiation. The evaluation in Phase I will be of the offeror's general technical approach; technical qualifications/specialized experience/technical competence/capability to perform; Past Performance of the offeror's team (including the architect-engineer and construction members) and the firm's bonding capabilities. The offeror must have sufficient bonding capability of at least $10,000,000.00. The criteria to be evaluated in Phase II will be provided by amendment to those offerors found to be technically qualified following evaluation of Phase I. After evaluating Phase I proposals, the maximum number of offerors that will be selected to submit Phase II proposals will be in the range of 3 to 5 of the most highly qualified offerors. The offerors who fall within the competitive range will be requested to submit proposals under Phase II. The following evaluation factors for phase II may include technical narrative, management approach, key personnel and proposed technical solutions. This procurement is a Total Set-Aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) for which the size standard is $33,500,000 annual receipts. Tentative dates for solicitation issuance and receipt of proposals. RFP qualification requirements for Phase I will be available on or about 10 May 2012 with proposals due on or about 11 June 2012; Phase II Solicitation Documents will be available on or about 25 June 2012 with Phase II proposals due on or about 9 August 2012. Phase II will include technical/price proposal for the contract. The Request for Proposal(RFP)/Plans and Specifications will be available only at the FedBizOpps (FBO) website, www.fbo.gov. No additional media (compact disks, floppy disks, faxes or paper) will be provided. Offerors are responsible for checking the www.fbo.gov for any update(s) to this Notice or subsequent RFP. Please note the website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Viewing/downloading the solicitation documents requires registration at FedBizOpps (FBO) at www.fbo.gov Also to be placed on the "Interested Parties" list of solicitation, requires FBO registration. For further information, please click on the links on the www.fbo.gov homepage to FAQs. If you are not registered with FBO, the United States Government is not responsible to providing you with notification of any changes to this solicitation. Each offeror, should verify his or her name appears on the Interested Parties list of FBO to ensure notification of amendments and notices regarding the solicitation. Prior to issuance of the solicitation please direct all questions regarding this notice to Patricia.B.Bonilla@usace.army.mil or Tina.A.Frazier@usace.army.mil. After solicitation is issued, please post your inquiries to the ProjNet website as instructed in the RFP, section 00100. ALL OFFERORS ARE ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-R-0022/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02730520-W 20120427/120425234941-83e05643af363c9dbde86c07f51a065e (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.