SOURCES SOUGHT
Y -- VA American Lake Seismic Corrections, Phase 2 Building 201, Tacoma, WA
- Notice Date
- 12/2/2020 1:41:47 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW21VAALB201FA
- Response Due
- 12/16/2020 1:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- John Scola, Caroline Mueller
- E-Mail Address
-
John.P.Scola@usace.army.mil, caroline.b.mueller@usace.army.mil
(John.P.Scola@usace.army.mil, caroline.b.mueller@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: �Veteran Affairs (VA)�American Lake Seismic Corrections, Phase 2 Building 201 at Tacoma, WA.� Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be in the range of $25,000,000 to $100,000,000. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 236220, �Commercial and Institutional Building Construction,� and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: This project will consist of construction of a new 76,125 Gross Square Foot (GSF) seismically safe modern outpatient medical facility (Bldg. 201) to accommodate functions relocated out of seismically deficient building 81 (circa 1947 main hospital building). The new building will house ambulatory specialty care, outpatient surgery, sterile processing service, endoscopy, lab, pharmacy and support services. Site work includes relocation and construction of about 2300 Linear Feet (LF) of Veterans Drive, parking area reconstruction and expansion to accommodate 650 vehicles, and demolition of five ancillary buildings in the footprint to make way for Bldg. 201. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to ten (10) pages (Exclude Joint Venture (JV) and Bonding information from page count) and include the following: Note: Any JV partners identified in a JV agreement can submit project(s) to meet the requirement of demonstrating experience. 1) Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2) Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business). 3) Three to five examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a) A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. i. Evidence of demonstrated experience with the construction of facilities of similar function, size, and complexity (>50,000 GSF); ii. Evidence of demonstrated experience with construction projects on VA medical facilities; and iii. A description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of each project. 4) CAGE code and DUNS number of your firm. 5) Firm's Joint Venture Information, if applicable. 6) Bonding Limits: (1) Single Bond, (2) Aggregate. NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors. 7) Of the total summary Description of Proposed Project: a) Do you believe all aspects of the project could be performed by the small business sector?�� �Yes� ��No b) As a �large business / �small business, what estimated percentage of the TOTAL project would you self-perform?�� ____% c) Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to �team or �subcontract any work. d) What do you think can be subcontracted out to small business? �Small Business (SB) ____% �Small Disadvantage Business (SDB) ____% �Woman-Owned SB (WOSB) ____% �Veteran-Owned SB (VOSB) ____% �Service-Disabled VOSB (SDVOSB) ____% �Historically Underutilized Business Zone (HUBZone) ____% Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on beta.sam.gov which is the official website of the United States Government for contract opportunities, inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 16 December 2020. Submit responses to the attention of John Scola, Contract Specialist at john.p.scola@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/70e99e24d2a447c08791e35a7e732ff5/view)
- Place of Performance
- Address: Tacoma, WA 98493, USA
- Zip Code: 98493
- Country: USA
- Zip Code: 98493
- Record
- SN05865144-F 20201204/201202230141 (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 |