Posted: April 17, 2025, 10:34 a.m. EDT
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 4 P0005 04-17-2025 691-903 003C4E Department of Veterans Affairs Office of Construction and Facilities Management (00CFM3B) 400 Mare Island Way, Suite 100 Vallejo CA 94590 To all Offerors/Bidders 36C10F24R0075 01-17-2025 X X X ** HOUR & DATE for Receipt of Offers is EXTENDED to: 06-02-2025 4:00 PM PDT See CONTINUATION Page Project 691-903 Design Build Services - Replace Seismically Deficient Animal Research Buildings 47 and 103 Sepulveda Ambulatory Care Center, 16111 Plummer Street, North Hills, California 91343 This Request for Proposal (RFP) is issued as Two-Phase Design-Build procurement (Reference FAR 36.3). Qualifications received was evaluated in Phase I to determine which offerors will submit proposals for Phase II. The three offerors selected that will proceed to Phase II are identified in this amendment. These firms are the ONLY offerors that will be considered to submit a technical & cost proposal for the purposes and objectives of this two-phase design build project. Phase II RFP Documents will be issued ONLY to the three offerors determined to be most highly qualified from Phase I evaluation selection. Sub-Contracting opportunities shall be addressed by each firm as listed herein. CONTINUATION PAGE REQUEST FOR PROPOSAL DESIGN BUILD PHASE II PROJECT No. 691-903 REPLACE SEISMICALLY DEFICIENT ANIMAL RESEARCH BUILDINGS 47 & 103 SEPULVEDA AMBULATORY CARE CENTER, NORTH HILLS, CALIFORNIA This solicitation amendment to 36C10F24R0075 is issued to announce the three (3) offerors selected to submit a Request for Proposal (RFP) as a result of the Phase I selection process per the Two-Phase Design-Build procurement process (Reference FAR 36.3). Phase II RFP will ONLY be accepted and evaluated from the three (3) offerors listed in no particular order below. The offeror s information provided herein is for exchange of sub-contracting opportunities ONLY and not to be construed as an endorsement by the Government. Korte Construction Company Rachel Koehnemann rachel.koehnemann@korteco.com / korte@korteco.com 5700 Oakland Avenue Suite 275 St. Louis, MO 63110 314-231-3700 S. J. Amoroso Construction Company, LLC Roger Schotter, Chief Estimator socal-bid@sjamoroso.com 275 E. Baker Street Suite B Costa Mesa, CA 92626 714-433-2326 Richard Group, LLC Ashleigh Trbovic Ashleigh.trbovic@richardgroup.com 4425 Cass Street Suite G San Diego, CA 92109 773-658-6033 36C10F24R0075 INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS (a) Bidding materials consisting of drawings, specifications and contract forms will be provided electronically to General (Prime) Contractors/Offerors selected to participate in Phase II of this solicitation. An electronic set of drawings and specifications will be furnished upon request to subcontractors for their use in preparing sub bids for General (Prime) Contractors. Suppliers and subcontractors listed above shall show in their requests the work or equipment for which they intend to prepare sub bids. (b) A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. (c) If the contract will exceed $100,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office. DESCRIPTION OF WORK: SEE BLOCK 10 OF SF 1442. Cost Range: $20,000,000.00 to $50,000,000.00. INFORMATION REGARDING CLAUSES REMOVED AND ADDED TO THIS SOLICITION Clauses removed from this solicitation are as follows: 52.222-9, Apprentices and Trainees 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-23, Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity for Construction 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-27, Affirmative Action Compliance Requirements for Construction 52.222-29, Notification of visa denial Clauses added to this solicitation are as follows: 52.204-8, Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025) 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) 52.222-6, Construction Wage Rate Requirements (AUG 2018) (DEVIATION FEB 2025) 52.222-11, Subcontracts (Labor Standards) (MAY 2014) (DEVIATION FEB 2025) 52.222-12, Contract Termination Debarment (MAY 2014) (DEVIATION FEB 2025) 52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 202 NOTE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.gov. List of Attachments
Posted: Feb. 24, 2025, 1:23 p.m. EST
Posted: Feb. 19, 2025, 12:55 p.m. EST
Posted: Feb. 13, 2025, 3:19 p.m. EST
Posted: Feb. 5, 2025, 5:06 p.m. EST
Posted: Jan. 22, 2025, 11:40 a.m. EST
Posted: Jan. 21, 2025, 11:19 a.m. EST
Background
The Department of Veterans Affairs, Greater Los Angeles Health Care System, is soliciting for Phase I, Request for Qualification (RFQ) and subsequently awarding a single Firm-Fixed-Price contract for the construction of a new animal research facility to replace seismically deficient buildings 47 and 103 at Sepulveda Ambulatory Care Center, located at 16111 Plummer Street, North Hills, California 91343.
This project aims to enhance the capabilities of the medical center by providing a modern facility that meets current seismic and animal research standards.
Work Details
This is a Design-Build project for the design and construction of a new 7,500 GSF Animal Research Facility Annex. The Design-Build Team shall provide all labor, materials, tools, equipment, and design-build services necessary to complete the final project design along with complete physical construction necessary to deliver the new facility.
The scope includes:
1) Replacement of Facility Condition Assessment (FCA) deficiencies identified for Buildings 47 and 103.
2) Construction of a new Animal Research Facility that includes an animal research area, surgical suite, administration offices, veterinary medical unit, housing room, cage wash area, equipment storage, and backup generator. The facility will also feature an elevator connecting to Building 7 and will include site improvements such as enclosed fencing with vehicle access and a loading dock.
3) Demolition of existing structures (Buildings 47 and 103), excavation, paving, secure material storage, site preparation activities including permits and safety plans.
4) Development of a comprehensive staging plan to manage worksite layout efficiently while minimizing disruption to surrounding areas.
Period of Performance
The contract performance period is set at 546 calendar days from the Notice to Proceed.
Place of Performance
The construction projects will be performed at the Sepulveda Ambulatory Care Center located at 16111 Plummer Street, North Hills, California 91343.