SOURCES SOUGHT
Y -- 36C26122R0021 | Project No. 612A4-22-002 | Design Build - Construct Parking South East Campus | PR No. 612-22-1-6002-0001
- Notice Date
- 12/2/2021 1:25:33 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26122R0021
- Response Due
- 12/17/2021 2:00:00 PM
- Archive Date
- 02/15/2022
- Point of Contact
- Daniel Jhun, Contracting Officer, Phone: 916-923-4507
- E-Mail Address
-
daniel.jhun@va.gov
(daniel.jhun@va.gov)
- Awardee
- null
- Description
- -Sources Sought Notice Only- No solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5. IAW VAAR 836.204(f)(2), the magnitude of this project is between $2,000,000 to $5,000,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. The Government requests that interested parties provide the following capability information to the Contracting Officer, Daniel Jhun by e-mail at: daniel.jhun@va.gov by 2:00 PM PDT, December 17th, 2021: ** Important Notice: Subject line of e-mailed response must read ""Design Build Services Construct Parking South Ease Campus - Project 612A4-22-002 - VANCHCS - Mather, CA ""** (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (d) DUNS number (e) Ability and experience in managing projects between $2,000,000 and $5,000,000. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). (g) Anticipated Teaming Arrangements (if any) (h) List of Projects (Government and Commercial) that are similar in scope and size, including the number of parking stalls of project. (i) Average price per square foot for each project identified under paragraph (h) above, using the total modified value of the contract Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its acquisition strategy. This synopsis is not to be construed as a commitment by the Government, and no contract will be awarded as a direct result of this Sources Sought announcement. Description of Services Project 612A4-22-002 - Design Build Services - Construct Parking South East Campus - VANCHCS - Mather, CA. The place of performance is at 10535 Hospital Way, Mather, CA 95655. The Contractor shall furnish all labor, materials, equipment, transportation, supervision, administrative support, and any necessary professional engineering services required for the Design build effort IAW SOW. The duration of this project is approximately 485 calendar days after the Notice to Proceed (NTP) is issued. Note: The Government anticipates that the construction mobilization to be started after 65% design development submittal turn-in (schedule overlap) and the construction completion is approximately 240 days after 65% design development. A. Project Objectives: This project is to construct 350 new parking and 12 ADA parking stalls for a total of 362 parking stalls. The design build contractor shall coordinate with ongoing design within the site, this includes Oncology and Medical Specialty Project. The contractor shall coordinate with existing and ongoing construction projects. The design build contractor shall ensure the grading plan coincides with existing grading with the surrounding area and connecting roadways to existing parking lots and roadways on campus using the Mather Land Development Project documents. A full traffic control shall be required where needed for any road disturbances shall be the responsibility of the contractor. A plan shall be provided by the contractor for approval by VA. Any road access involving a delivery interrupting traffic on or off campus shall include traffic control. The contractor shall provide vacuum excavation at all utility crossing points on campus. Weekend work will be required for all road closures that need to occur. The Design Build Contractor shall provide all security and offset fencing that meets VA Physical Security Design Guide. All permits required to be obtained by the contractor and paid for by the contractor, city encroachment permits and inspections, etc. B. Project Scope: - Site Development: The design shall use the area north of the gravel lot, per attached previously mentioned Mather Land Development Project document. Fencing for force protection is required as the project is a utility extension. The Design Build Contractor shall use and meet the Mission Critical Physical Design Manual for VA Facilities requirements outlined within. It is suggested to provide a 8 high, anti-climb, high grade metal fence in accordance with VA criteria. Fencing to be similar to the existing fencing in area of water tower and southern parking lot. The Design Build Contractor shall provide 10 security cameras for full coverage of the parking lot. Cameras need to be compatible to what is used in the facility what are Tyco Illustra Pro 5MP domes. The Design Build Contractor shall provide 3 Emergency Call Boxes, 2 in the North East lot and 1 in the Western lot. Emergency boxes to match the facility are RATH call boxes model 2100-TSC Cellular Solar Tower models. The Design Build Contractor shall provide proper phasing of construction activities to avoid disruption to VA services. Construction in the parking areas will be phased to allow traffic access to all parking spaces not directly affected by construction. Trenching, laying pipe, and paving will be sectioned to block half or less of the parking. Road cuts crossing the roadway will be coordinated with VA officials to minimize traffic flow issues. Phased access required for Medical Specialties Project. - Site Utilities: Plumbing seismic requirements shall comply with VA Publication H-18-8, Seismic Design Requirements. All construction work is to be during normal hours, 7:30AM to 4:00PM. Any work that creates noise loud enough to impact patient operations, disturb patients or staff is to be accomplished after working hours. All outages and outages are after hours. Submit outage notice 30 days in advance of the outage date for approval. All SWPPP CA state permitting and monitoring shall be required for the project and is the contractors responsibility. All NEPA and environmental documentation required shall be developed and managed by the Design Build Contractor. The scope of AE services shall include the following: Preliminary site investigation of the planned project location and temporary trailer site location. Development of a complete stamped and signed design package including all appropriate trades which, at a minimum, should include: architect, civil, structural, mechanical, electrical and plumbing for the project. See Mather Land Development for additional information. Development of a complete stamped and signed design package including all appropriate trades which, at a minimum, should include: architect, civil, structural, mechanical, electrical and plumbing for the project. Construction period services including, but not limited to: submittal review, RFI review and responses, weekly construction site visits, and reviews and emergency phone or on-site responses as issues arise. DESIGN REQUIREMENT VA design instructions, guide specifications and reference material are available at the VA Office of Facilities Management website http://www.cfm.va.gov/TIL/. This design shall substantially meet all VA requirements. Utilize AE Submission Instructions, Volume C as detailed at VA website http://www.cfm.va.gov/cfm/contract/ae/aesubmin.doc unless otherwise changed by this SOW. Site Design Data The AE shall perform field reconnaissance, surveys, and site investigations required to obtain engineering information and design data for the accomplishment of the contract documents per this Statement of Work. DESIGN DELIVERABLES Construction Schedule. A construction schedule indicating phasing, durations, and critical site visit milestones for the AE (and consultants). VA Criteria Deviation Log. VA criteria must be strictly followed unless approved otherwise by the Contracting Officer. Any approved deviations must be maintained in a Deviation Log. Submittal Register identifying every submittal required by the drawing specifications. The AE shall provide a draft submittal register at the 100% drawing submittal and a final submittal with the Bid Documents. Drawings and Specifications. The items specified below may not include all required deliverables. Provide other required deliverables as required in the VA s Technical Information Library. Submittals Hard Copy: Specifications shall be single spaced, double sided, 3-hole (3/8th inch holes) punch, in a notebook. Drawings shall be on 24-lb bond paper, bound unless otherwise noted. Drawing size: full size 42x30, half size 22x16. Electronic Files (AutoCAD, PDF, Word, etc). Must be provided in editable format. Electronic filenames shall include both the drawing/spec number and the drawing/spec name in the order (ex: 35% Design Submission: Hard copy: 3 full-size set of drawings, 3 half-size, specifications (table of contents indicating intended spec sections.), and construction schedule. Electronic: One CD containing separate files for each drawing in AutoCAD and PDF; construction schedule; specs in MS Word. 65% Design Submission: Hard Copy: 3 full-size set of drawings, 3 half-size, specifications (table of contents indicating intended spec sections), construction schedule. Electronic: One CD containing separate files for each drawing and rendering (in AutoCAD and PDF), construction schedule, specs in both MS Word and PDF, VA Criteria Deviation Log, etc. 100% Design Submission: Hard copy: 3 full-size set of drawings, 3 half size, specifications; construction schedule. Electronic: Electronic: One CD containing separate files for each drawing and rendering (in AutoCAD and PDF), construction schedule, specs in both MS Word and PDF, VA Criteria Deviation Log, design calculations, etc. 100% Final Documents: Hard copy: 3 full-size sets of drawings (one loose), 5 half size set of drawings; 3 sets of specifications; construction schedule; design calculations. Electronic: one CD containing: separate files for each drawing in AutoCAD and PDF; one fully bookmarked PDF file containing all the drawings; one Word file containing all the specification sections; a Word file for each specification section; one PDF file containing all the specification sections; a PDF file for each specification section, submittal log; VA Criteria Deviation Log, construction schedule; design calculations. Record Drawings: Hardcopy: One set full-size 24-lb bond paper. Electronic copy: two CDs each containing: each drawing to be a separate file, both in DWG and PDF (the DWG format must be unprotected to permit future editing); and one fully bookmarked PDF file containing all the drawings. CONSTRUCTION SUPPORT SERVICES The AE shall perform field reconnaissance, surveys, and site investigations required to obtain engineering information and design data for the accomplishment of the contract documents. Specific site visit milestones will be identified in the construction schedule textual trip reports are required within two days following the visit. In addition to scheduled visits (weekly production meetings and specific construction schedule milestones) unscheduled visits, Submittal and Shop Drawing Reviews. The DB A-E shall perform submittal reviews and provide recommendations for the range of acceptance to rejection. Unless otherwise agreed, the VA will determine final outcome of submittals. Production Meeting participation. Weekly production meetings will be held at the job site. If the A/E is within a 60-mile radius of the jobsite, then face to face attendance is required by the A/E, otherwise, phone attendance is acceptable. Project record drawings - The DB contractor will maintain a set of construction documents (field as-built drawings) to record actual construction changes during the construction process as required by the RFP specifications. The project record drawings will be available for review by the COR at all times. Perform submittal and shop drawing reviews. The AE shall perform submittal reviews and provide recommendations for the range of acceptance to rejection. Responses shall be due within 14 calendar days of receipt. Provide site inspection visits as requested by the Contracting Officer or COR and provide immediate on-site comments. Forward formal inspection reports to the COR no later than seven (7) calendar days after the site visit. Review and prepare response to construction contractor RFIs and submittals forwarded. VA shall be included in all RFI and submittals review and responses.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/22329dfb52994ad8893b1b89cdb091d8/view)
- Place of Performance
- Address: VA Northern California Health Care System 10535 Hospital Way, Mather 95655, VIR
- Zip Code: 95655
- Country: VIR
- Zip Code: 95655
- Record
- SN06190245-F 20211204/211202230115 (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 |