The RFP Database
New business relationships start here

Samuel S. Stratton Department of Veterans Affairs Medical Center Parking Garage, Albany, NY


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

The U.S. Army Corps of Engineers, New York District intends to issue a request for proposal (RFP) for the construction of a Samuel S. Stratton Department of Veterans Affairs Medical Center Parking Garage located in Albany, NY. The facility has a significant need for additional parking to accommodate their patients and employees. This project will construct a 2-3 story parking garage with the capability of future expansion to a total of 5 floors. The project will also have an elevator that will also be expandable to 5-stories and a connecting corridor from the parking garage to the 3rd floor of the main hospital. Site lighting, fire protection, CCTV and additional features will be required. This will allow the VA to continue to meet its mission requirements. The design is at 35% and the contractor will be required to complete the design based on the performance parameters specified. There is also an Environmental Assessment (EA) that is at 35%. The facility and most of the parking area will remain operational during construction so close coordination and phasing will be a requirement.
The acquisition process that will be used is Design-Bid-Build (RFP) procurement type. In accordance with 10 USC 2305a, ECB 2012-23 (6 Aug 2012), and ER 1180-1-9 (31 March 2012) this project will be awarded competitively, using the two-phase process for Design-Build contracts. This project will be advertised as a Small-Business set-aside procurement. Under the two-phase process, offerors will be evaluated based on technical factors in the first step, including Specialized Experience and Past Performance. Based on the evaluation of the Step 1 proposals, a short list of up to five (5) offerors will be selected to receive the Step 2 solicitation which includes both technical and price. The Step 2 technical factor will be the Qualifications of the Offeror's Key Personnel and the Step 2 evaluation will use the Best value trade-off methodology to determine the awardee among those offerors that made the short-list after Step 1.

The North American Industry Classification System (NAICS) code is 236220.
In accordance with FAR 36.204 and DFAR 236.204, the estimated magnitude of construction is between $5,000,000 and $10,000,000.
The anticipated period of performance for this acquisition is 550 calendar days from the date the contractor receives the Notice to Proceed (NTP).
The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.gov/index.htm. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract.


For further information, contact: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Floor Area 16-300, New York, NY 10278-0090. E-mail: Mohenda.R.Surage@usace.army.mil


 


Mohenda R. Surage, Contract Specialist, Phone 9177908088, Email mohenda.r.surage@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP