Similar Projects
West Lane Bridge Slope Repair - City of Stockton
Alteration
Conception
$480,000 est. value
Stockton, CA 95214

Aurora Street Over Mormon Slough Bridge - WT22035 - City of Stockton
Alteration
Conception
$347,000 est. value
Stockton, CA 95202

Manteca Self Storage Project
New Construction, Infrastructure - 123,357 SF
Design
$13,000,000 CJ est. value
Manteca, CA 95337

Beautification Clean California Project
Infrastructure
Design
$300,000 CJ est. value
Lodi, CA 95240

O'Reilly Auto Parts (ST6) #6255 / Stockton
New Construction, Infrastructure - 7,022 SF
Post-Bid
$1,800,000 CJ est. value
Stockton, CA 95209

Levee Maintenance Project
Infrastructure
Post-Bid
$220,000 est. value
Stockton, CA

Construction of Landfill Area 6 at The North County Recycling Center and Sanitary Landfill
Infrastructure
Results
$5,200,000 to $5,700,000 est. value
Lodi, CA 95240

EWWTP Well 3 Drilling
Infrastructure
Results
$587,085 CJ est. value
Elmira, CA 95625

Accessible Path/Fencing for Future School Farm at Linden High School
Infrastructure
Construction
$127,304 CJ est. value
Linden, CA 95236

West Eighth Street Mixed Use Development.
New Construction, Infrastructure - 93,804 SF
Pending Verification
$22,500,000 CJ est. value
Stockton, CA 95206

Community Medical Centers
New Construction - 32,000 SF
Pending Verification
$1,000,000 to $5,000,000 CJ est. value
Lodi, CA 95240

Mckinley Park and Recreation Center Renovation - WR21017 - City of Stockton
Renovation
Conception
$1,500,000 est. value
Stockton, CA 95206

Safety project / Clean California project
Infrastructure
Design
$3,750,000 CJ est. value
Stockton, CA 95206

Able Charter Schools
Demolition, New Construction, Infrastructure
Post-Bid
$600,000 CJ est. value
Stockton, CA 95207

2021/22 Pavement Resurfacing Project
Infrastructure
Results
$1,198,240 CJ est. value
Lodi, CA 95240

Last Updated 04/17/2023 02:32 PM
Project Title

RFQ Contractor - Department of Veterans Affairs Palo Alto Health Care System, Livermore Phase A

Physical Address View project details and contacts
City, State (County) Stockton, CA 95202   (San Joaquin County)
Category(s) Entertainment/Recreation, Government/Public, Heavy and Highway, Medical, Residential
Sub-Category(s) Assisted Living Facility, Clubhouse/Social Club, Medical Office/Outpatient, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $250,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

W91238-19-R-0095 PALO ALTO HEALTH CARE SYSTEM LIVERMORE, PHASE A - COMMUNITY LIVING CENTER, STOCKTON, CA This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Therefore, please do not request a copy of a solicitation from the Government POCs. This project could be cancelled at any time. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Julie Maxwell at Julie.Maxwell@uscae.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 construction of the Department of Veteran's Affairs (DVA) Palo Alto Health Care System Livermore, Phase A - Community Living Center, Stockton, CA. This project is planned for advertising in or around March of 2023. In accordance with DFARS 236.204(iii), the estimated value of the resulting contract is expected to be between $100,000,000 and $250,000,000. It is expected to have a duration of approximately 790 days. The resulting contract type is expected to be a Firm-Fixed Price. NAICS 237990 - Commercial and Institutional Building Construction SBA size standard - $39.5 million. Product Service Code Y1DZ - Construction of Other Hospital Buildings Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. 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 15% of the total amount of work to be performed under the contract. PHASE A - COMMUNITY LIVING CENTER PROJECT DESCRIPTION The subject project consists of constructing a new 150,000 sf Community Living Center (CLC) located on an approximate 52-acre site in French Camp, CA which is located just south of Stockton, CA. The CLC is comprised of two primary components: (1) a "Community Center" for centralized administrative functions, larger social gatherings and common activities shared by all residents and (2) a "residential/ home environment". Within the three distinct "Residential Neighborhoods", each of which includes four 10-Bed Residential Houses, all with associated support and staff spaces. Each neighborhood is connected to the central Community Center by enclosed connecting corridors. The Community Center provides centralized space for common social activities and events as well as a therapy space, administrative offices, a centralized kitchen, and community support functions. This 150,000 sf CLC will include 120 bed Nursing Home Care Unit (NHCU) beds in private bedrooms with private bathrooms. Expected period of performance is 26 months from date of notice to proceed. 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. All types of businesses, large and small, are encouraged to respond to this notice. Please provide your response to the following. The submission is limited to ten (10) 8.5 x 11 pages and a minimum font size of 10. 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 5 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. 4) Offeror's socioeconomic type and Business Size (Small Business, HUBZone, Service-Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service-Disabled Veteran, HUBZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. Please submit your capability statement and response to the PLA questions not later than 11:00 AM Pacific Time on 8 November 2022. Submit requested information via email to the contract specialist at: Julie.Maxwell@usace.army.mil. Please include the Sources Sought No. W91238-23-R-0001 in the subject line. Please be advised that this project could be cancelled at any time. NOTE: If you have already responded in the past to this Sources Sought Notice and PLA Survey, STOP Here. There is no need to respond to this Notice or to the PLA survey below unless there's additional information to submit. The information gathered in this exercise should include the following information on projects completed in the last 2-5 years: 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) 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. There are collective bargaining agreements (CBAs) for key trades that will expire during the course of the project. 7. 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). 8. A PLA will provide an opportunity for registered apprentices to participate in the project. 9. A PLA would not contribute to the economy or efficiency for the project under consideration. 10. 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.) The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

112,000 SF.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Wall Coverings, Acoustic Treatment, Painting and Coating, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Metal Storage Shelving, Wardrobe and Closet Specialties, Closet and Utility Shelving, Flagpoles.
Division 11 - Equipment, Residential Equipment, Residential Appliances, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Collection and Disposal Equipment.
Division 12 - Furnishings, Art, Window Treatments, Casework, Furnishings and Accessories, Office Furniture, Seating, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, Central HVAC Equipment.
Division 25 - Integrated Automation, Integrated Automation Network Equipment.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Battery Equipment, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Call Management, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents