Inactive
Notice ID:W9127S20R6002
SOURCES SOUGHT SYNOPSIS Law Enforcement Training Facility (LETC) - Dining Facility Veterans Affairs (VA) Campus - North Little Rock, AR This is a SOURCES SOUGHT announcement; a market survey for infor...
SOURCES SOUGHT SYNOPSIS Law Enforcement Training Facility (LETC) - Dining Facility Veterans Affairs (VA) Campus - North Little Rock, AR This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. 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. On behalf of the Central Arkansas Veterans Healthcare System (CAVHS), The U.S. Army Corps of Engineers - Little Rock District will be managing the design-build RFP development, solicitation, procurement, and construction/contract administration for a new student dining complex for the Law Enforcement Training Facility (LETC) on the Eugene J. Towbin Healthcare Center campus in North Little Rock, AR. This overall project is for the Design-Build construction of the LETC student dining facility. The size of the dining facility will be approximately +/12,000 SF and serve approximately 250 to 275 students (at one time) for three (3) meals per day, seven (7) days a week. Capacity to serve up to 500 students on a "phased" basis at any one meal may also be considered. The facility will generally consist of the departments and square footages as referenced in the ENCLOSURE 1, Program For Design (PFD) dated 27MAR19. There are two (2) project/site locations which are currently under consideration. Both options have advantages and disadvantages to their locations. Option (1) is to locate/construct the dining facility in the median and drive/parking area adjacent to Building No. 7 which is the Engineering Training Center Storage and Hill Road. Option (2) is to locate/construct the dining facility in a new/"greenfield" area located on the former golf course. Both options are adjacent to the current LETC complex on the South side of the VA Campus. Reference ENCLOSURE 2 for anticipated site location(s), ENCLOSURE 3 for the existing topographic conditions of the area, ENCLOSURE 4 for general site photos for Option 1, and ENCLOSURE 5 for general photos for Option 2. It should be noted that a workable combination of both options can be considered. The project will utilize economical design and construction methods in accordance with the Unified Facilities Criteria (UFC) and will comply with the applicable VA design standards for Nutrition and Food Service (Chapter 224) and Veterans Canteen Service (Chapter 206) as referenced in the VA Design Guides located at (https://www.cfm.va.gov/til/). The project will be designed and constructed in accordance with the Unified Facility Guideline Specifications (UFGS) which are similarly used on most USACE projects. Anticipated Construction Components: Potential special foundations due to topographic conditions, slab on grade or elevated slabs based on design-build concept, masonry exterior walls, architectural shingle roof, fire suppression/detection/alarm systems, elevator(s) as required pursuant to the design-build concept, heating, ventilation and air conditioning (HVAC), WI-FI system capability, loading dock(s) and kitchen equipment which is integral to the construction process, i.e. walk-in coolers/freezers, hoods, sinks etc. are anticipated. Supporting facilities include site work, existing driveway and potential parking reconfiguration for semi-truck/food delivery access, adjacent/relocation of parking spaces, and all necessary utility support and relocations associated with the completion of this project. Key Considerations: 1) It is currently anticipated that rock will be encountered at a relatively shallow depth for this project location. 2) The new dining facility will match the existing architectural concept of the historic campus. 3) The site consists of some level area, but does have the potential to encounter/infringe upon sloping terrain depending on the design-build approach. 4) Depending on the project location that the VA choses, there may be add-on and/or relocation of and existing parking, reconfiguration of islands/curbs/gutters, reconfiguration of access roads/traffic flow, and utility relocations. 5) It is anticipated that the majority of the kitchen equipment will be furnished and installed by the VA Canteen Service with the exception of the equipment which is integral to construction such as walk-in coolers/freezers, vent hoods, sinks, etc. 6) All furniture and miscellaneous furnishings will be provided and installed by the VA. Estimated Size: +/- 12,000 SF Estimated Value Range: In accordance with FAR 36/DFARS 235, the estimated value for this requirement is between $6,000,000 to $8,000,000. Estimated Schedule Dates: - Advertise Step One of the DB Process: DEC 2019 - Advertise Step Two of the DB Process: APR 2020 - Design-Build Award: AUG 2020 - Contract Completion: APR 2022 Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1) Describe your experience with dining facilities in excess of $6,500,000 and identify your firm's role in that endeavor 2) Describe your experience in Design-Build Projects in excess of $6,500,000 & identify your firm's role in that endeavor. 3) Describe your experience in designing/working in challenging topographic conditions 4) Describe your experience in designing/working in potential rock conditions 5) Describe your experience in designing/working campuses complexes 6) Describe your experience with utility relocations and traffic pattern considerations 7) Describe your experience working with historical facilities 8) Describe your experience working on USACE Projects 9) Describe your experience working on VA Projects 10) Discuss your proposed teaming arrangement........Self perform, joint venture, etc. 11) Size/Type of Business 12) Bonding Capacity The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Other than Small & the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB are highly encouraged to participate. Estimated duration of the project is 605 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39,500,000 The Federal Supply Code is Y1FD Small Businesses & 8(a) participants are reminded under FAR 52.219-14, Limitations on Subcontracting, DOD will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded" for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 pm on 27 September 2019. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The following documents are attached to this notice: ENCLOSURE 1: "General" Program For Design ENCLOSURE 2: Site Plan with Anticipated Building Location ENCLOSURE 3: Site Topographic Plan ENCLOSURE 4: Site Photos - OPTION 1 at Building 7 and Hill Road ENCLOSURE 5: Site Photos - OPTION 2 on the Former VA Golf Course