Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOURCES SOUGHT

C -- El Paso Veterans Affairs New Health Care Center

Notice Date
11/5/2020 6:27:24 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G21R0027
 
Response Due
12/4/2020 8:00:00 AM
 
Archive Date
12/19/2020
 
Point of Contact
Daina R. Black, Phone: 8178861031, Patricia A. Jackson, Phone: 8178861054
 
E-Mail Address
daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil
(daina.r.black@usace.army.mil, patricia.a.jackson3@usace.army.mil)
 
Description
El Paso Veterans Affairs New Health Care Center This Sources Sought announcement is part of a market survey for information to be used only for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICIATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT; THEREFORE, NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Fort Worth District, is seeking sources for professional, multidiscipline Architectural-Engineering Design Services to develop the Design Build (DB) Request for Proposal (RFP) for the Veterans Affairs (VA) New Health Care Center (HCC) which will be located adjacent to the new William Beaumont Army Medical Center at Ft. Bliss in El Paso, Texas. The HCC will deliver comprehensive primary health care and support services such as Ambulatory Care and Surgery, Audiology and Speech Pathology, Dental, Ophthalmology and Optometry, Mental Health, Pathology, Pharmacy, Radiology, and other diagnostic, treatment, and support services. The HCC is estimated to be approximately 600,000 square feet, sited on 24-acres and have a construction cost limitation (CCL) of $600M. Additional structures include a central energy plant, surface parking, standby generator, site utilities, paving, walks, curbs and gutters, roadways, landscaping, site lighting and other associated improvements necessary to support the new HCC.� This facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building. PURPOSE: The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business community, 8(a) Certified Small Business, Historically Underutilized Business Zones (HUBZone), Services-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) and Large Business. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for an AE services C-Type contract, dependent on availability of funds. LOCATION OF SERVICES: Fort Bliss, El Paso, TX. DESCRIPTION OF SERVICES: Develop the DB RFP utilizing the Program Requirements Documentation (PRD) developed by the Government. The PRD documents will include the preliminary site and utility schemes, building elevations, blocking plans, functional requirements, and concept of operations, engineering/system schemes from each discipline, environmental and operability/maintainability considerations, and cost estimates. ��Development of the DB RFP includes: conducting design charrette(s); providing multi-disciplined design support, consulting, and cost estimating services; completing a Value Engineering Study; and construction phase services (CPS). North American Industry Classification System (NAICS) code is 541330 and has a Small Business Size Standard of $16.5 million. The Product and Service Code (PSC) is C219. If a requirement is a Small Business Set-Aside then small business firms are reminded of the requirements under FAR Clause 52.219-14 Limitations on Subcontracting. The offeror/contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred shall be expended for employees of the concern. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on https://beta.sam.gov/� Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. SOURCES SOUGHT RESPONSE: Firm's response to this synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address 2. Firm's CAGE CODE and DUNS Number 3. Firm's interest in proposing on the solicitation when issued 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed with the past five [5] years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples 5. Can the firm develop a DB RFP of this magnitude and complexity within 10-months?� Provide supporting information. 6. Firm's business size � Large Business, Small Business, SDV, 8(a), HUBZone, SDVOSB, and/or WOSB 7. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information Interested firms shall respond to this Sources Sought Synopsis no later than 10:00 AM (CST) 04 Dec 2020. All interested firms must be registered in https://beta.sam.gov/� �to be eligible for award of a Government contract. Email your responses to CESWF-CT-PreawardProposal@usace.army.mil and Daina.r.black@usace.army.mil. Primary Point of Contact: Daina R. Black, Contract Specialist daina.r.black@usace.army.mil Phone: 817-886-1031 Secondary Point of Contact: Patricia A. Jackson, Contracting Officer patricia.a.jackson3@usace.army.mil Phone: 817-886-1054 Contracting Office Address: Attn: CESWF-CT PO Box 17300 Fort Worth, Texas 76102-0300 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2758c6c008af4a37a0e52819975c3479/view)
 
Place of Performance
Address: El Paso, TX, USA
Country: USA
 
Record
SN05847597-F 20201107/201105230147 (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.