Design and Construction of the Department of Veterans Affairs Community Based Outpatient Clinic, Ft. Knox, KY (№9542992)

17 aug

Number: 9542992

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


17-08-2018

Description


Design and Construction of the Department of Veterans Affairs Community Based Outpatient Clinic, Ft. Knox, KYSolicitation Number: W912QR-18-R-0020
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Louisville

Solicitation Number: W912QR-18-R-0020

Notice Type: Award

Contract Award Date: August 16, 2018

Contract Award Number: W912QR18C0025

Contract Award Dollar Amount: 8755435.68

Contract Line Item Number: Base and all options

Contractor Awarded Name: Semper Tek

Contractor Awarded DUNS: 827830766

Contractor Awarded Address: 848 Nandino Boulevard
Suite O
Lexington, Kentucky 40511
United States

Synopsis: Added: Jan 09, 2018 2:07 pm Modified: Mar 16, 2018 11:06 am

Track Changes DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-18-R-0020 for the Department of Veterans Affairs Community Based Outpatient Clinic, Ft. Knox, KY. The proposed project is for the design and construction of an 18093 Building Gross Square Feet (BGSF) Department of Veterans Affairs (DVA) Community Based Outpatient Clinic (CBOC) and 112 surface parking spaces. The project site is located adjacent to the new Defense Health Agency (DHA) Medical Clinic project, which will be under construction at the same time. The new CBOC will house spaces to support primary care, mental health, physical therapy, consultation and facility support. The project shall be designed using the VA current design and construction and sustainability requirements. The DB team will be required to have expertise in design and construction of medical clinic design and providing state of the art outpatient clinics. Geotechnical and geophysical surveys and explorations have already been performed. The utilities will tie into the Central Utility Plant/Central Heating Plant (CUP/CHP) at the DPW.

The project contains options such as: Widened parking aisle widths and VA Call Center (with associated increased square footage).


The Contract Duration is Five hundred thirty (530) 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.


SELECTION PROCESS: This is a TWO 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: Phase I: Past Performance, Technical; Phase II: Design-Technical, Schedule, 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 $5000000 and $10000000, in accordance with FAR 36.204. The target ceiling for this contract is approximately $7600000. Offerors are under no obligation to approach this ceiling.


ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 24 January 2017. Details regarding the Optional Site Visit will be included in the solicitation. 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 [email protected].


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

Amendment 0002 is now available for downloading. Amendment 0002 is issuing Phase II of the project. The offerors that will be considered in Phase II have already been notified via email. Proposals will only be accepted by offerors selected to participate in Phase II.

Added: Apr 06, 2018 2:42 pm Modified: Apr 23, 2018 4:04 pm

Track Changes Amendment 0003 is now available for download from

www.fbo.gov.

Amendments 0004-0006 are now available for download from

www.fbo.gov.

Please consult the list of

document viewers if you cannot open a file. W912QR18R0020Specs-0000 Sensitive/Secure Package: Yes

Label: W912QR18R0020Specs-0000

Posted Date: January 26, 2018

Login Required

W912QR18R0020Specs-0001 Sensitive/Secure Package: Yes

Label: W912QR18R0020Specs-0001

Posted Date: February 8, 2018

Login Required

W912QR18R0020PH2-0002 Sensitive/Secure Package: Yes

Label: W912QR18R0020PH2-0002

Posted Date: March 16, 2018

Login Required

W912QR18R0020-0003 Specs Sensitive/Secure Package: Yes

Label: W912QR18R0020-0003 Specs

Posted Date: April 6, 2018

Login Required

W912QR18R0020Plan-0003 Sensitive/Secure Package: Yes

Label: W912QR18R0020Plan-0003

Posted Date: April 6, 2018

Login Required

W912QR18R0020-0004 Sensitive/Secure Package: Yes

Label: W912QR18R0020-0004

Posted Date: April 13, 2018

Login Required

W912QR18R0020Natvie Files-0004 Sensitive/Secure Package: Yes

Label: W912QR18R0020Natvie Files-0004

Posted Date: April 13, 2018

Login Required

W912QR18R0020Specs-0005 Sensitive/Secure Package: Yes

Label: W912QR18R0020Specs-0005

Posted Date: April 18, 2018

Login Required

W912QR18R0020-0006 Sensitive/Secure Package: Yes

Label: W912QR18R0020-0006

Posted Date: April 23, 2018

Login Required



Contracting Office Address: Attn: CELRL-CT
PO Box 59
Louisville, Kentucky 40201-0059
United States


Place of Performance: Fort Knox, Kentucky 40121
United States


Primary Point of Contact.: Brenna A. Crawford

[email protected] Phone: 5023156182