Search Contract Opportunities

Canandaigua VA Medical Center located in Canandaigua, New York   4

ID: W912QR-17-R-0006 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 27, 2017, 1:29 p.m. EDT
Amendments 0005 and 0006 are available for download from http://www.fbo.gov.
Posted: Sept. 14, 2017, 7:39 a.m. EDT
Posted: Sept. 5, 2017, 10:33 a.m. EDT
Posted: Aug. 3, 2017, 8:57 a.m. EDT
Posted: July 13, 2017, 12:51 p.m. EDT
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-17-R-0006 for the construction of new infrastructure, renovation of existing infrastructure, and utilities replacement at the Canandaigua VA Medical Center located in Canandaigua, New York. The project partially demolishes existing Building #2 (22.850 gross square feet) to allow construction of a three story infill Outpatient Clinic (84,200 gross square feet with adjacent six story access tower), constructs a two story (11,500 gross square feet) main chilled water plant/emergency generator building, and constructs a loading dock facility adjacent to existing Building #9 (2,700 gross square feet). The project renovates existing Building #1, #2, (85,477 total gross square feet). Additional construction includes electrical substation foundations, fire protection pump station, temporary modular structures (clinic space, access ways, and kitchen facility), site improvements, parking, access roads, demolition of above-ground and underground existing/abandoned campus distribution utilities, and environmental abatement and protection measures. 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 Office, and As-Built drawings will be required. The above-ground/underground utility systems service multiple campus buildings (including 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: Building #3 Construction, Building #3 Masonry Restoration Allowance, Building #4 Construction, Building #4 Masonry Restoration Allowance, Building #5 Construction, Demolition Building #3, 4 and 5, and Utility Rerouting.

The Contract Duration is one thousand four hundred twenty-eight (1,428) calendar days from Contract Award.

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 an 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: Prime Contractor Past Performance, Schedule, Management, Key Subcontractor Experience, Small Business Participation Plan, 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 cost or 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 $100,000,000.00 and $250,000,000.00, in accordance with DFARS 236.204. The target ceiling for this contract is approximately $141,130,000.00. Offerors are under no obligation to approach this ceiling.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 28 July 2017. Details regarding the Pre-Proposal Meeting/Site Visit will be included in the solicitation. The tentative date for this meeting is 09 August 2017. 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.

INDUSTRY DAY: The Government will host and Industry Day Conference on 24 July 2017. A formal announcement of the industry day will be released on http://www.fbo.gov regarding all details pertaining to the Industry Day.

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 Brenna Crawford, Brenna.a.crawford@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Overview

Response Deadline
Oct. 2, 2017, 12:00 p.m. EDT (original: Aug. 28, 2017, 2:00 p.m. EDT) Past Due
Posted
July 13, 2017, 12:51 p.m. EDT (updated: Sept. 27, 2017, 1:29 p.m. EDT)
Set Aside
None
Place of Performance
CANANDAIGUA, NY USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
On 7/13/17 USACE Louisville District issued Presolicitation W912QR-17-R-0006 for Canandaigua VA Medical Center located in Canandaigua, New York due 10/2/17. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Brenna A. Crawford   Profile
Phone
(502) 315-6182

Secondary Contact

Name
Emily A. Moore   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR-17-R-0006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR-17-R-0006

Award Notifications

Agency published notification of awards for Presolicitation W912QR-17-R-0006

Contract Awards

Prime contracts awarded through Presolicitation W912QR-17-R-0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR-17-R-0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR-17-R-0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019