Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2022 SAM #7531
SOLICITATION NOTICE

Y -- El Paso VA New Health Care Center El Paso, TX

Notice Date
7/12/2022 9:40:47 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W518EA22R0097
 
Response Due
7/26/2022 9:59:00 PM
 
Archive Date
07/27/2022
 
Point of Contact
Benjamin J. Aldrich, Phone: 8178861181
 
E-Mail Address
benjamin.j.aldrich@usace.army.mil
(benjamin.j.aldrich@usace.army.mil)
 
Description
Title:� El Paso VA New Health Care Center El Paso, TX PSC Code:� Y1DA Construct/Hospital & Infirmaries NAICS Code: 236220 Commercial and Institutional Building Construction Recovery and Reinvestment Act Action: No Solicitation Number: W518EA22R0097 Contracting Office Address:� U.S. Army Corps of Engineers (USACE) Location:� Fort Worth, TX 1.� Description: This SYNOPSIS is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. The US Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project for vertical construction services to construct a New Health Care Center for the Department of Veterans Affairs (DVA) Office of Construction and Facility Management (CFM). The proposed project is planned as a Design-Build (DB) contract. The estimated proposal submission date will be on or about 30 calendar days after the solicitation is posted to sam.gov. All questions regarding this SYNOPSIS must be submitted through ProjNet at www.Projenet.org/ utilizing Key Access #: 263ZAJ-PGAAUQ. The comment period closes Wednesday 26 July 2022 at 11:59PM CT.� 2.� Project Information: ����������� a. The work consists of the design and construction of a new health care center with approximately 492,996 square feet to replace the existing Department of Veterans Affairs (DVA) health care center for the El Paso Veterans Affairs Health Care System (EPVAHCS), including construction of a new central utility plant. Construction will be located on Fort Bliss adjacent to the new William Beaumont Army Medical Center (WBAMC). Primary facility will include the complete health care center replacement, consisting of ambulatory care, outpatient clinics, ancillary services, building information systems and special foundations. Supporting facilities will include site work, parking, utilities, storm water infrastructure and associated improvements necessary to support the new health care center. Design project in accordance with the DVA Technical Information Library (TIL) as well as with applicable Unified Facilities Criteria (UFC). Operations and maintenance manuals, commissioning, and comprehensive interior design are required. The contract will be a Firm-Fixed Price (FFP). The period of performance is approximately 1,530 days. IAW DFARs 236-204, Disclosure of the magnitude of construction projects, the estimated Construction magnitude is over $500,000,000. Project Schedule Milestones: Aug 2022 � Phase I DB RFP Solicitation Sep 2022 � Phase I Proposal Receipt Nov 2022 � Phase I Down Select Approved Nov 2022 � Phase II Draft DB RFP Shared with Down Selected Offerors Dec 2022 � Phase II DB RFP Solicitation Apr 2023 � Phase II Proposal Receipt Sep 2023 � Award ����������� b.� The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction) and the size standard of $39.5 Million. ����������� c.� System for Award Management (SAM). In order to be eligible for contract award, a firm must be registered with the SAM database website (http://www.sam.gov). Use of SAM requires prior registration and offerors may register for SAM at http://www.sam.gov. ����������� d.� Solicitation issuance: Prospective contractors will be able view and/or download the solicitation, specifications, and potential solicitation amendment(s) at the SAM website (https://sam.gov/).� Use of SAM requires prior registration and offerors may register for at https://sam.gov/.� Type the Solicitation number W518EA22R0097 into the SAM search box in order to locate the solicitation. Plans and specifications will not be made available in paper format or on compact disc. It is the offeror�s responsibility to continuously monitor the SAM website for any potential solicitation amendment(s). The US Government reserves the right to use only the internet, and particularly SAM, as a means of notification for any amendment(s) to this solicitation. ����������� e.� Subcontracting: (1)� Small businesses will be required under FAR 52.219-14, Limitations on Subcontracting, must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. ����������� f.� Prior US Government contract work will not be required. However, all construction performance must comply with the USACE Safety and Health requirements Manual, (EM 385 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. ����������� g.� A 140-day bid acceptance period will be required. ����������� h.� Bonds: Bid bonds are required with Phase 2 bid submission. Performance and Payment bonds will be required from the contractor who is awarded the contract. � � � � � � �i.� During the solicitation all bidder inquiries will be entered and answered via ProjNet at http://www.projnet.org/projnet.� A bidder key will be provided with the solicitation.� To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click continue.� If you have any issues with registration, please contact the ProjNet call center at (833) 389-1097 and (217) 367-3273. 3.� Evaluation Information:� Proposals will be evaluated under the Two-Phase Design Build Process, using the best-value trade-off selection process. ����������� a. Phase 1: Interested firms or joint venture entities (referred to as ""Offerors"") may submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the proposals in accordance with the criteria described in the Phase 1 solicitation and intends to select the three highest rated Offerors to receive the technical requirements package for advancement to Phase 2.� ����������� b. Phase 2: The selected Offerors will submit a technical proposal and a price proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation and award a contract to the responsible Offeror whose proposal conforms with all the terms and conditions of the solicitation and whose proposal is determined to represent the overall best value to the Government, considering technical quality, performance capability, and cost. 4.� Primary Point of Contact: �The project primary point of contact (POC) is Benjamin J. Aldrich, Contract Specialist; and the secondary POC is Tony Reed, Contracting Officer; CESWF-IIS@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ddb3354059d443b98ede0f0cfea515f/view)
 
Place of Performance
Address: El Paso, TX, USA
Country: USA
 
Record
SN06385741-F 20220714/220712230103 (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.