California Bids > Bid Detail

Demolition for Facilities in Footprint of SFVAMC Building 40, San Francisco Veteran Affairs Medical Center

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159733611825840
Posted Date: Apr 20, 2023
Due Date: May 22, 2023
Solicitation No: W912P723SXX10
Source: https://sam.gov/opp/563e0cf2f5...
Follow
Demolition for Facilities in Footprint of SFVAMC Building 40, San Francisco Veteran Affairs Medical Center
Active
Contract Opportunity
Notice ID
W912P723SXX10
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SAN FRAN
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: Apr 20, 2023 01:42 pm PDT
  • Original Response Date: May 22, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    San Francisco , CA
    USA
Description

This is a SOURCES SOUGHT announcement; a market survey for information only, and to be used preliminary for planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.



The U.S. Army Corps of Engineers - San Francisco District has been tasked to solicit for and award a contract that will provide demolition of existing facilities and removal of know hazardous material (lead paint) and asbestos-containing materials (ACM) identified in the pre-demo survey report by A-E. Requirement under this contract are the demolition, hazardous waste abatement, and removal for multiple existing structures to include: BLDG T-23 (800 GSF), BLDG 21 (2,000 GSF), BLDG 18 (9,000 GSF), BLDG 911 (400GSF), BLDG 14 (6,000GSF), an abandoned E85 Fuel pump & 2,000 gallon above ground fuel tank and removal of six trees. The window for tree removal is from September thru January.



Demolition excavation and grading for this project will require excavating both soil and bedrock. Contractor shall review geotechnical investigation report, for additional information on Depths of soils and bedrock encountered at the project site. Contractor shall demolish and remove all existing structures, foundations, slabs, pavements, and underground utilities as shown and specified in the drawings. Contractor shall disconnect all utility connections to the existing buildings to be demolished and cap minimum five feet outside of the building. Underground utilities shall be removed to the service connections minimum five feet beyond footprint of demolished structures. Below grade utilities abandoned in-place shall be properly capped, plugged with concrete or filled with cement grout to the limits of the project.



Friable ACM is Regulated Asbestos-Containing Material (RACM) and must be removed prior to start of demolition or renovation activities. Category I Non-Friable materials can be reasonably expected to be damaged and made friable during normal demolition activities and should be removed prior to start of demolition. Category 2 non-friable materials are likely to be damaged and made friable during demolition or renovation activities and must be removed prior to start of demolition. Asbestos Containing Construction Material (ACCM) is any manufactured construction material containing greater than 0.1% asbestos. All disturbance of ACM and ACCM including nonfriable materials left in the building must be conducted by a licensed and registered asbestos abatement contractor in accordance with 8 CCR 1529 and BAAQMD Regulation 11 Rule 2. Disturbance of lead-containing paints and materials must be conducted in accordance with the requirements of the Cal/OSHA Lead in Construction Industry Safety Order (8 CCR 1532.1).



Contractor shall protect all existing structures and infrastructure to remain. Contractor will be responsible for the repair of all damaged infrastructure which develop during Demolition. This includes but is not limited to curb, gutter, sidewalk, trees, tree pits, etc. Buildings within proximity to demolition site are to remain functional and Operational to include providing appropriate protection & shoring methods as deemed necessary.



The scope of work includes the removal and legal disposal of all materials and debris, other than earth to remain as part of project work, from project site including brick, concrete, stone, metals and similar matter. Materials removed shall be hauled to a disposal site selected by the contractor. Demolition of all hazardous waste materials, including but not limited to ACM, ACCM, and LBP must be logged, bagged, labeled, and disposed of in an approved hazardous waste disposal site. On completion of work of this section and after removal of all debris, leave site in clean condition satisfactory to Government.



The government is considering proceeding with a small business set aside procured in accordance with FAR Subpart 19. The government intends to issue a solicitation utilizing Invitations for Bid (IFB); however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis.



The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Veteran-Owned Small Business (VOSB), and Women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.



In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. Estimated duration of the project is 120 calendar days.



Minimum capabilities required include:




  • Demonstrated experience within the last 10 years performing demolition of existing permanent structures,




  • Experience with asbestos-containing materials (ACM) and lead paint abatement,

  • Experience working in congested area to include coordinating pedestrian and vehicular access while construction is ongoing.



• Prior Government contract work is not required for submitting a response under this RFI. However, familiarity with and previous experience delivering Federal projects and following U.S. Army Corps of Engineers processes and requirements is preferred.



The North American Industry Classification System code for this procurement is 238910 which has a small business size standard of $19 Million.



The Federal Supply Code is P400.



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees and similarly situated entity for general construction type procurement.



Anticipated solicitation issuance is around August 2023. The official synopsis citing the solicitation number will be issued on SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.



Firm's response to this Synopsis shall be limited to 15 pages and shall include the following information:



1) Company name, address, point of contact, phone, e-mail, and website (if applicable).



2) Whether your company is a Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB) for NAICS code 238910 Site Preparation Contractors; size standard $19M.



3) A list of at least two examples of same or similar work performed in the past 10 years, of same or similar magnitude and complexity as this demolition and asbestos-containing materials (ACM) abatement, lead based paint abatement, and hazardous waste disposal.



a. Provide a brief description of the project to include facility name and location, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether the firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program.



4) Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information if applicable.



5) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above.



Interested Firm's shall respond to this Sources Sought Synopsis no later than 22 May 2023, 2:00PM PDT. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses to Lisa.I.Ip@usace.army.mil and Mary.Fronck@usace.army.mil.



Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis.



NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.



If inadequate responses are received, this solicitation may be issued for full and open competition.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 450 GOLDEN GATE AVENUE
  • SAN FRANCISCO , CA 94102-3406
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 20, 2023 01:42 pm 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 >