CLC Construction. Canandaigua VA Medical Center located in Canandaigua, New York
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-19-R-0002 for the construction of a new 120 bed Community Living Center (... DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-19-R-0002 for the construction of a new 120 bed Community Living Center (CLC) complex and a Community Center (138,392 square feet of new construction); renovation of Building 9 for Domiciliary; renovation of Buildings 3, 4, and 5 to support outpatient functions (172,522 total square feet of renovation); and demolition of Buildings 33 and 34 at the Canandaigua VA Medical Center located in Canandaigua, New York. This project will also include infrastructure enhancements and site development work, such as utilities, parking and landscaping. The project will be constructed in accordance with all federal, state and local codes, EM 385-1-1, OSHA, and other applicable codes and regulations. Detailed Construction Scheduling, Infection Prevention Measures, Quality Assurance Testing, Operation and Maintenance Manuals, Enhanced Commissioning, Contractor and Government Field Officer, and As-Built drawings will be required. The above-ground/underground utility systems service multiple campus buildings (included a medical clinic) that must remain operational during demolition/construction. The utility tie-ins to the existing utility systems must be accomplished during coordinated outages. The project contains options such as: 1) Outpatient Clinic (OPC) Building 4 and Swing Space; 2) Asbestos Abatement - OPC Building 4; 3) CLC Cottages Roofing Material; 4) CLC Cottages Ceiling Finish Materials; 5) CLC Landscaping; 6)OPC Building 5; and 7)Asbestos Abatement - OPC Building 5. The Contract Duration is two-thousand (2,000) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be Unrestricted procurement. SELECTION PROCESS: This is a single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Performance, Management, Small Business Participation Plan and Commitment Document, and Price). Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered approximately equal to price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $100,000,000 and $250,000,000, in accordance with DFARS 236.204. The target ceiling for this contract is approximately $159,740,000 (excluding the Government Field Office CLIN). Offerors are under no obligation to approach this ceiling. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 19 March 2019. Details regarding the Optional Site Visit will be included in the solicitation. The tentative date for this meeting is 26 March 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Brenna Crawford, at Brenna.a.crawford@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »