MODIFICATION
Y -- 664-329 Parking Garage Phase 1, Veterans Affairs San Diego Healthcare System, San Diego, California
- Notice Date
- 6/25/2013
- Notice Type
- Modification/Amendment
- 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-13-R-0017
- Response Due
- 6/18/2013
- Archive Date
- 9/25/2013
- Point of Contact
- Lubna Khilfeh, Phone: 213-452-3308, Patricia B Bonilla, Phone: 213-452-3255
- E-Mail Address
-
Lubna.Y.Khifeh@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
(Lubna.Y.Khifeh@usace.army.mil, Patricia.B.Bonilla@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This project will add a multi-story parking garage structure to the existing Veterans Affairs San Diego Healthcare facility. The following is the list of items anticipated in the construction scope. Construction Summary: Construction requirements for the parking garage include: a. Work involves the construction of a new multi-story parking garage structure. The project includes demolition of existing facilities and or structures in the location of the new parking garage and construction of all new structures and appurtenances related to the new parking garage. b. Work includes but is not limited to parking garage and appurtenances work, including removal of existing and installation of new, phasing of work to minimize disruptions to hospital, coordination of exterior hospital traffic during construction, utility systems and utility conduits, necessary demolition and removal of existing structures and existing site elements and related items specified in construction documents, and construction as specified in construction documents and certain other related items; including completely prepare site for operations; including furnish labor materials and equipment for this project. c. The Contractor shall supply all labor, material, transportation and technical services to properly construct, renovate and interface this project located as shown on the construction drawings and at selected areas and locations as noted on the construction documents. Construction services include but are not limited to: review specifications, construction drawings, field verifications, construction phasing, construction waste management and dust and infection control procedures during construction. d. New construction includes reinforced concrete structure, paving, elevator and elevator related: housing; structural steel support; roofing; walls; storefront systems; metal stud walls; interior drywall and insulation; glazing; metal door frames and doors; sheet vinyl/linoleum flooring; acoustical t-grid & dry wall ceilings; finishes; plumbing fixtures & piping; fire protection; normal and emergency power/signal and lighting; security system/monitors. New Way-finding signage, communications systems, and supporting electrical and data requirements are also required. The estimated cost of construction is $5,000,000 to $10,000,000. Note: This procurement is 100% set aside for Service Disabled Veteran-Owned Small Business. Contract award will be based on the Lowest Price Technically Acceptable. A Technical and Price proposal will be required by offerors to be considered for evaluation and award. All offeror's/bidders 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. The solicitation will be available on or about 15 May 2013. Plans and specifications will not be provided in paper copy. The solicitation, amendments and planholder's list for this solicitation will be posted on www.fbo.gov Viewing/downloading documents from www.fbo.gov will require prior registration in System for Award Management (SAM) (www.sam.gov). Please note that all firms who want to access to the solicitation, primes and subcontractors, must be registered in SAM, have a MPIN, and either a DUNS number or CAGE code. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. It is the responsibility of the contractor to check www.fbo.gov website frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-13-R-0017/listing.html)
- Place of Performance
- Address: Veterans Affairs, San Diego Healthcare System 3350 La Jolla Village Drive San Diego CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN03098423-W 20130627/130625234429-78925031b981ffd65a06a60e351fa48f (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 |