Oregon Bids > Bid Detail

Sources Sought – White City VA A-E SATOC

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159547948630170
Posted Date: Oct 11, 2023
Due Date: Nov 22, 2023
Source: https://sam.gov/opp/09c29a9f24...
Follow
Sources Sought – White City VA A-E SATOC
Active
Contract Opportunity
Notice ID
PANNWD-24-P-0000-000094
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Oct 11, 2023 11:29 am PDT
  • Original Response Date: Nov 22, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Portland , OR 97232
    USA
Description

General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.



This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.



The North American Industrial Classification Code (NAICS) for this requirement is: 541330 “Engineering Services”. The related size standard is: $25.5M.



Project Background. The objective of this contract will be to provide engineering and architectural (A-E) services in support of the U.S. Department of Veterans Affairs (DVA) Health Care System and managed by the U.S. Army Corps of Engineers (USACE) Portland District (excluding Portland, Oregon projects). The primary focus is the Veterans Affairs Southern Oregon Rehabilitation Center and Clinics (SORCC), White City Oregon.



Project Scope. Services will include all engineering and architectural work necessary to provide designs for seismic upgrade and renovations, construction of new buildings, construction of new surface parking lots, upgrades to site utilities, and demolition of buildings. Tasking may include the development and evaluation of alternatives, design, and support during construction. This may include a combination of full medical facility design; medical facility alternatives planning; medical facility design­-build Request for Proposal development; medical facility planning; engineering studies and criteria development; technical review assistance; construction phase services support; and commissioning support. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of these projects. The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Gov’t reserves the right to update this information as project planning documentation is published and updated. The below is the most current information. It will be superseded upon publication of the preliminary planning information which will be provided by the Gov’t in the subsequent synopsis and request for SF 330s:



Anticipated SATOC Capacity: $25,000,000



Anticipated SATOC Schedule: Award is intended for an ordering period of five (5) years.



Estimated Construction Cost (ECC) for the construction actitvites supported by this SATOC:



Package 1: DB estimated $250,000,000 - $500,000,000. Ref. DFARS 236.204 Disclosure of Magnitude.



Package 2: DBB estimated $25,000,000 - $100,000,000. Ref. DFARS 236.204 Disclosure of Magnitude.



Anticipated Construction Strategy: There may be a variety of delivery methods employed for each facility involved in the SORCC project (Ex. Design-Build, Design-Bid-Build, etc.). The anticipated SATOC capacity includes pre-design services, design services and construction phase services. However, the full capacity may not be required to complete the project. The expected method to determine the best value to the government is acquisition of architect-engineer services in accordance with the procedures in FAR 36.6.



Project Details: The following information represents the various project objectives as they are currently known. The work packages are the construction activities that this SATOC will support.



Package 1



Seismic upgrade and interior renovation of an existing building (two (2) stories, 19,500 GSF) and additional departmental area (3,600 GSF). This includes structural improvements to building frame members and may include the repair/replacement of the exterior façade.



Construction of two (2) new buildings and four (4) new connecting corridors (Total 190,300 GSF). The new building B301 will be constructed on the SORCC campus and will provide essential swing space during the seismic retrofit and renovation work to building B201 as discussed above. This new structure will house SORCC’s primary care, radiology and pharmacy functions, and will free space in building B201 for eye clinic, pulmonary medicine and audiology departments.



Demolition of three (3) existing buildings and four (4) existing connecting corridors (Total 62,100 GSF).



Construction of a new surface parking lot with 188 spaces.



Package 2



Construction of seven (7) new connecting corridors (Total of 7,900 GSF).



Construction of new surface parking lots with a total of 200 spaces.



Demolition of 15 existing buildings and nine (9) existing connecting corridors (Total of 206,600 GSF).



Upgrade of building infrastructure systems to support new construction, to include but not limited to mechanical, electrical, plumbing and telecom.



Anticipated Project Schedule: Key date summary (dates/requirements described below):



-Industry Day takes place - Tuesday, 14 November 2023 from 8:30 am to 3:30 pm PST.



-Formal Sources Sought Response Due - Wednesday, 22 November 2023 at 2:00 pm PST



-Advertise Synopsis – January 2024



-Award A-E SATOC – April 2024



Work Package 1



-June 2025 – DB RFP Complete



-Mar 2026 – Award DB Construction Contract



-FY26 – FY32 – Construction Package 1



Work Package 2



-Mar 2029 – Award Design Services Task Order



-Sep 2030 – Design Complete



-Dec 2031 – Award DBB Construction Contract



-FY31 – FY32 – Construction Package 2



Communications with Industry. CENWP has scheduled an in-person only Industry Day presentation for interested parties where additional project information may be provided and limited questions may be addressed. The conference is scheduled to start on Tuesday, 14 November 2023 at 10:00am Pacific Daylight time at Camp Withycombe, 15300 Minuteman Way, Clackamas, OR 97015. Please note, all information to be discussed is subject to change as additional project details become available and it is unknown at this time if pre-registration is going to be required. See SAM.gov announcement: https://sam.gov/opp/8481e57ec5bf4eda9e440aa37b1fb652/view



Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – White City VA A-E SATOC. Please email to Clinton Jacobson, Contracting Officer, at Clinton.M.Jacobsen@usace.army.mil before 2:00 pm PST Wednesday, 22 November 2023.



Interested parties’ responses to this Sources Sought shall be limited to five (5) pages and shall include the following information:



Firm's name, address, point of contact, phone number, e-mail address, CAGE and UEI number.



Firm's business category and size: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB).



Provide a brief explanation of the prime firm’s capabilities and functions to be self-performed as it pertains to the proposed work outlined in the Project Scope.



Project Examples:



Provide a maximum of two (2) A-E project examples, similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a brief project description, customer name, timeliness of performance, contract number, customer satisfaction, and the final project dollar value.



OR



To the extent a firm does not have the ability to perform the entire scope of the Project as outlined in the Project Scope, include up to two (2) relevant A-E project examples demonstrating those portions of the requirement in which your firm is capable of fulfilling. Include a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the final project dollar value.



The Government may verify information in CPARS or PPIRS.



Additionally, a DRAFT of the anticipated Synopsis is attached to this Sources Sought and vendors are invited to provide feedback on this work product. DO NOT prepare or provide SF 330 information in response to this DRAFT.



Disclaimer and Important Notes.



This notice does not obligate the Gov’t to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Gov’t reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Gov’t to determine the organization's capabilities to perform the work. Respondents are advised that the Gov’t is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, requesting SF 330s may be published on Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a formal synopsis.



All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Gov’t contract.



Organizational Conflict of Interest:



a. OCI Between Project Book, Contract No. VA101F-17-D-2913, and the Design SATOC award resulting from this synopsis, (Solicitation No. TBD):



In accordance with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, the Contracting Officer has determined that a significant potential for an OCI exists for firms who performed under contract number VA101F-17-D-2913 (“Project Book contract”), awarded by the DVA for the development of the Project Book for the Veterans Affairs Southern Oregon Rehabilitation Center and Clinics (SORCC), White City Oregon.



Contained within the Project Book contract scope are requirements to make recommendations to the Government, which the contractor awarded this Design SATOC will be required to review and validate. This presents an impaired objectivity organizational conflict of interest for the current Project Book contractor and associated subcontractors. As such, the Project Book contractor is precluded from receiving an award under the subject synopsis. In addition, should a firm submitting an SF 330 in response to the synopsis include a subcontractor or team member who performed a portion of the Project Book scope, and that firm is selected as the most highly qualified firm, the firm will be required to submit an acceptable mitigation plan to the Government, addressing how it will prevent any organizational conflict of interest. At a minimum, the contractor or subcontractor who performed under the Project Book contract may not be associated with any individual tasks that involve the review or validation of work or recommendations performed by the Project Book contractor. Should the firm be unable to produce an acceptable mitigation plan, negotiations will proceed with the next most highly qualified firm.



b. OCI Between the Design SATOC award resulting from this synopsis, (Solicitation No. TBD) and Technical Services SATOC, Contract No. W9127N20D0001:



In accordance with FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, the Contracting Officer has determined that a significant potential for an OCI exists between the contractor awarded the Design SATOC from this synopsis and the contractor awarded the Technical Services SATOC (Contract No. W9127N20D0001) HDR Architecture, Inc.



600 University St Ste 500, Seattle, WA 98101-4132. A considerable portion of the work under the Technical Services SATOC will be to review deliverables, recommendations, and alternatives produced by the Design SATOC contractor. The Technical Services SATOC contractor will also be assisting with drafting the task order scopes of work for the Design SATOC. The contracting officer has determined this to be an impaired objectivity organizational conflict of interest. As a result of the organizational conflict of interest, the contractor awarded this Design SATOC will be precluded from receiving an award under the Technical Services SATOC.



IAW 36.209 Construction contracts with architect-engineer firms:



No contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 11, 2023 11:29 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >