Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2024 SAM #8368
SOURCES SOUGHT

99 -- VA Southern Oregon Rehabilitation Center and Clinics (SORCC)

Notice Date
10/23/2024 11:19:54 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N25R0008
 
Response Due
11/18/2024 5:00:00 PM
 
Archive Date
12/03/2024
 
Point of Contact
Michael E. Saldana, Dana Western
 
E-Mail Address
michael.e.saldana@usace.army.mil, dana.m.western@usace.army.mil
(michael.e.saldana@usace.army.mil, dana.m.western@usace.army.mil)
 
Description
1.� General. �This is a SOURCES SOUGHT and is for informational market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the Government can make informed business decisions. We are seeking responses from both large and small business members of industry to include:� Small Businesses, Small Disadvantaged Businesses (SDS) to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Businesses (WOSB) to include Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small businesses (SDVOSB), and Veteran Owned Small Businesses (VOSB). �All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: �236220 � Commercial and Institutional Building Construction). The related size standard is: $45,500,000. Formal Sources Sought Responses are due no later than 5:00 PM PST, 18 November 2024. 2.� Project Background. The Department of Veteran�s Affairs (VA) Office of Construction and Facilities Management team (DVA-CFM) Central Region and the Portland District (NWP) U.S. Army Corps of Engineers (USACE) team (i.e., the Government) are partnering to provide new buildings, life and health safety upgrades, and facilities improvements to the VA Southern Oregon Rehabilitation Center and Clinics (SORCC) in White City, Oregon. SORCC, located in Jackson County, north of Medford, Oregon, serves veterans living in southwestern Oregon. Current services offered at SORCC include primary care, radiology, social work, mental health, rehabilitation, pharmacy, and laboratory services, among others. As background, the current SORCC campus is located on the same grounds as the original U.S. Army Camp White Station Hospital. The original hospital was constructed in 1942 during World War II. The camp was deactivated in 1946, and the Camp White Station Hospital was transformed into the VA Domiciliary in 1949. Many of the current buildings utilized in the campus were constructed during the Camp White era. As such, they are generally two (2) stories, long and linear in shape, and of hollow-clay tile wall construction with brick veneer exterior. 3.� Project Scope. The following information represents the project objectives: The scope of this project, referred to as �Package 1�, is to: Support Building 300. �Design and construct approximately 80,000 building gross square feet (BGSF) for office and support services, including two connecting corridors. Primary and Specialty Care Building 301.� Design and construct approximately 100,000 BGSF for primary care, radiology, dental, and pharmacy functions, including a connecting corridor.� Site work.� Site work to accommodate pedestrian and vehicular access to the new B300 and B301.� Design and construct a new parking lot with approximately 188 spaces. Demolition.� Demolish buildings, connecting corridors, parking lots, and utilities that are in the footprint of the new buildings.� Additional scope will be reserved for Package 2 to be addressed in a separate acquisition at a later time. i.� Anticipated Construction Schedule:� CENWP intends to advertise this requirement in 2nd quarter FY25, and an award is anticipated 3rd quarter FY26. � ii.� Estimated Construction Cost (ECC):� The current ECC is between $100M and $250M. Reference FAR 36.204, Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. iii.� Number and Type of Contracts: �NWP contemplates awarding a Firm Fixed-Price Construction Contract. NWP anticipates advertising this project as a two-phase Design Build procurement. Responses to this sources sought announcement will be used by the Government to review existing small business capabilities for both the Prime and subcontracting opportunities and to determine, if appropriate, a small business set-aside acquisition strategy determination. iv.� Anticipated Source Selection Process:� The expected method to determine the best value to the government is Best Value Trade Off. 4.� Project Specific Constraints and Challenges: Construction on an active medical campus Design and Construction will conform to very prescriptive constraints and criteria as established by the VA Technical Information Library. This will be a major construction project in a geographical area with potential labor and material resource limitations. 5.� Questions for Industry: In addition to seeking formal responses to this sources sought announcement, USACE has published an on-line survey to collect responses from industry on a variety of questions: https://forms.osi.apps.mil/r/SC3DuBjKmA� 6.� Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: �Sources Sought � New Construction and Seismic Upgrades for White City Veterans Affairs. �Please email to Michael Saldana, Contracting Officer, at michael.e.saldana@usace.army.mil and Dana Western, Contract Specialist, at dana.m.western@usace.army.mil before 5:00 pm Pacific Standard Time on 18 November 2024. Interested parties� responses to this Sources Sought shall be limited to six pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE, and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment, and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope under Paragraph 3. A description of work performed under similar project constraints and challenges listed under Paragraph 4. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1) project(s). These project examples should be similar in size, scope, and complexity to the work described in Paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number, and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS; however, if you have copies of CPARS or PPIRS, please provide those.� They will not count against the sources sought page total. Firm's Joint Venture information if applicable � existing and potential. Firm's Bonding Capability. Firm's interest and the likelihood in bidding on the solicitation when it is issued (refer to planned advertise and performance dates). Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 7.� Disclaimer and Important Notes. a.� This notice does not obligate the Government to award a contract. No reimbursement shall be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. b.� All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. �You must remain current for the duration of the source selection process to be eligible for award of a Government contract. 8.� Attachments: �None
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/736fb260882549bba5045a708e98ac96/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07247708-F 20241025/241023230107 (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.