The RFP Database
New business relationships start here

Correct Seismic Deficiencies and Expand Clinical Services, Building 1


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 


 W91238-17-S-1061
This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO AWARD will be made from this Sources Sought. Any TECHNICAL DOCUMENTS, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE ON FBO; therefore, do NOT request a copy of a solicitation from the Government POCs. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Dennis D. Wagner II at Dennis.D.Wagner@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
Particularly, the purpose of this NOTICE is to gain knowledge of potential business sources for the Correct Seismic Deficiencies and Expand Clinical Services, Building 1 project at the VA Sierra Nevada Health Care System VA Reno Medical Center in Reno NV. This project is planned for advertising in Summer 2018.
In accordance with DFARS 236.204(iii), the estimated value of the resulting contract is expected to be between $100 million and $250 million. It is expected to have a duration of approximately 30 months.
The resulting contract type is expected to be a Firm-Fixed Price.
The NAICS Code is 236220, the size standard is $36.5 million, and the Federal Supply Code is Y1DA, Construction of Hospitals and Infirmaries.
Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.


PROJECT DESCRIPTION
This project includes the full renovation of approximately 98,400 gross square feet (GSF) of Building 1, by seismically correcting the building, correcting all facility conditions assessment deficiencies and demolishing a portion of the building. In addition, the project will construct an approximate 166,000 GSF clinical expansion to correct space deficiencies. Approximately 50,000 GSF of the Building 1 will be demolished to ensure enough space will be available for the expansion. Upon completion, Building 1 will be transformed into a modern structure supporting healthcare form veterans.
The Government anticipates the following challenges (however, there may be other challenges, not listed):
1. The constrained site of the Reno campus will create a significant space challenge as there is likely not adequate space on the Reno Medical Center campus for contractor operations such as contractor trailers, subcontractor trailers, staging, parking, laydown areas, and construction traffic patterns.
2. Similarly, the Contractor must manage a just-in-time delivery scheme for materials delivered to the work site due to the limited space.
3. The VA Reno Medical Center is an active hospital. The successful contractor must comply with various industrial hygiene standards applicable to medical centers to accommodate patient needs while making continuous progress. Work will be occurring adjacent to active patient areas.

CAPABILITY STATEMENT
The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.
1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.
2) Offeror's interest in bidding on the solicitation when it is issued.
3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 3 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. For Joint Ventures, please include projects completed by the Joint Venture as well each joint venture member.
4) Offeror's Joint Venture information if applicable - existing and potential.
5) Offeror's Bonding Capability in the form of a letter from Surety.
The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
PROJECT LABOR AGREEMENT
BACKGROUND: A project labor agreement is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. § 158(f). Federal Acquisition Regulation (FAR) 22.503 Policy provides that:
(a) Project Labor Agreements are a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects.
(b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will--
(1) Advance the Federal Governments interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and
(2) Be consistent with law. (Refer also to FAR 52.222-33 Notice of Requirement for Project Labor Agreement and FAR 52.222-34 Project Labor Agreement).
Interested parties are encouraged to submit information regarding project labor agreements, including answering the following questions. Please note, information related to project labor agreements must be sent to Dennis D. Wagner II at Dennis.D.Wagner@usace.army.mil. Please note: respondents that do not provide enough supporting detail and/or explanations for their answers may be discarded without consideration:
1. Has a project like this been done before in the local market?
2. Do you have knowledge that a PLA has been used in the local area on projects of this kind? Have PLAs been used on this type of project in other regions? If so, please provide supporting documentation?
3. What trades do you expect to utilize on this project? Are you likely to need some union skilled trades for at least part of this project?
4. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.
5. Are you aware of any projects in the immediate and surrounding geographic region that would divert potential resources from this project? Please provide the name, description, and location of the project, and expected impact.
6. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.
7. What market share does union labor have in the geographic area for this project or type of construction?
8. What investments have been made to support registered apprenticeship programs? Please provide supporting documentation.
9. Which CBAs are likely to expire during the course of this project that might cause delays?
10. How do open shop and union wage rates influence prevailing wage rates in the local market and compare to Davis Bacon rates? What impact does unionization in the local market have on wages? Please provide supporting documentation.
11. Could a PLA contribute to cost savings in any of the following ways?
• Harmonization of shifts and holidays between the trades to cut labor costs?
• Minimizing disruptions that may arise due expiration of CBA?
• Availability of trained, registered apprentices, efficient for highly skilled workforce?
• Allowing for changes in apprentice to journeyman ratio.
• Serving as a management tool that ensures highly skilled workers from multiple trades are coordinated in the most efficient way.
• Other
12. Could a PLA minimize risk and contribute to greater efficiency in any of the following ways?
• Mechanisms to avoid delays
• Complying with Davis Bacon and other labor standards, safety rules and EEO and OFCCP laws.
• Ensuring a steady supply of skilled labor in markets with low supply or high competition for workers.
13. Are there ways in which a PLA might increase costs on this particular project?
14. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.
15. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement.
16. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project.
17. Please identify any additional information you believe should be considered on the non-use of a PLA on the referenced project
The information gathered in this exercise should include the following information on projects completed in the last 2-5 years. Please provide complete information in tabular form (see attachment):
Project Name / Location Detailed Project Description Initial Cost Est. / Actual final cost Was the project completed on-time? Number of craft trades present on the project PLA (Y/N) Were there any challenges experienced during project? (delays, investigations, health and safety issues, labor shortages, management/
organizational issues, etc.)
1)
2)
3)


The Government will use the information as requested above, to determine whether a PLA is in the best interest of the Government under this project. The Government will consider the following areas in its determination. The decision to use or not use a PLA will be based on an overall assessment of project economies and efficiencies to be realized from either course of action and was not merely a function of the number of boxes checked or questioned answered yes or no:
1. The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades.
2. There is a shortage of skilled labor in the region in which the construction project will be sited.
3. Completion of the project will require an extended period of time.
4. Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project.
5. A project labor agreement will promote the agency's long term program interests, such as facilitating the training of a skilled workforce to meet the agency's future construction needs.
6.
7. There are collective bargaining agreements (CBAs) for key trades that will expire during the course of the project.
8. The unique and compelling schedule requirements of a particular project (e.g., the project is tied to court-imposed deadlines or has a mission-critical schedule).
9. A PLA will provide an opportunity for registered apprentices to participate in the project.
10. A PLA would not contribute to the economy or efficiency for the project under consideration.
11. Any Additional Relevant Factors (Provide any additional project or situation specific details, information or factors (e.g., results of the labor market survey, other projects in the vicinity, etc.)
Interested parties that previously provided PLA information, are encouraged to update their submission to include the additional information requested above.
RESPONSE DATE
Please notify this office in writing by email by 2:00 PM Pacific Time on 29 September 2017. Submit response and information through email to: Dennis.D.Wagner@usace.army.mil Please include the Sources Sought No. W91238-17-S-1061 in the subject line.


 


Dennis D Wagner II, Phone 1-916-557-5195, Fax 1-916-557-7854, Email Dennis.D.Wagner@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP