Similar Projects
UCSF Helen Diller Medical Center at Parnassus Heights
New Construction - 955,000 SF
Design
$10,000,000 CJ est. value
San Francisco, CA 94143

Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Renovation, Repair, and New Construction, of Medical Facility Construction at Various Government Installations
New Construction, Renovation
Design
$15,000,000 to $1,000,000,000 est. value

ZSFG Building 5 Seismic Upgrade and Renovation CM/GC Contract
Renovation
Bidding
San Francisco, CA 94103

RFQ - Comprehensive Long-Term Environmental Action navy (C.L.E.A.N.) V Indefinite Delivery/Indefinite Quantity contract for Architect-Engineer (A-E) services
Term Contract
Bidding
$240,000,000 CJ est. value
San Diego, CA 92132

RFP D/B - Moffitt / Long Hospital Neuro Hybrid OR - Bid Package No. 5 Drywall
Renovation
Sub-Bidding
$350,000 CJ est. value
San Francisco, CA 94143

Building 8 Seismic Retrofit
Renovation
Post-Bid
San Francisco, CA 94121

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

ZSFG Building 5 Rehabilitation Department Relocation Phase 3
Renovation
Results
$2,859,923 est. value
San Francisco, CA 94110

Security Fencing - San Francisco Armory
Infrastructure
Results
$488,000 CJ est. value
San Francisco, CA 94132

Helen Diller Medical Center at Parnassus Height
New Construction
Design
San Francisco, CA 94143

Mission Bay Benioff Childrens Hospital Bed Expansion
Renovation - 7,100 SF
Bidding
$11,400,000 est. value
San Francisco, CA 94158

Indefinite Delivery Contract (Idc) For Vertical Architectural-Engineering (A-E) Services Which Typically Support Military Design And Interagency & International Services (Iis) For U.S Army Corps Of En
New Construction
Post-Bid

RFQ D/B - BP22 - Doors, Frames and Hardware Design Build Trade Partners
Renovation
Results
$16,604 CJ est. value
San Francisco, CA 94143

RFP D/B - Moffitt/Long Hospital 3 North M348D MRI Upgrade
Renovation - 3,286 SF
Bidding
$3,000,000 CJ est. value
San Francisco, CA 94143

Moffitt / Long OR Surgical Light Replacement Project
Renovation
Post-Bid
$1,500,000 CJ est. value
San Francisco, CA 94143

Last Updated 08/16/2022 03:32 PM
Project Title

RFQ Contractor - San Francisco Veterans Affairs, Building 8 Seismic Retrofit

Physical Address View project details and contacts
City, State (County) San Francisco, CA 94121   (San Francisco County)
Category(s) Government/Public, Green Building, Medical
Sub-Category(s) Hospital, LEED Certified, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $50,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of August 16, 2022, this is a sources-sought notice that is used by the owner for market survey research purposes only. At this time, it is not known if an actual solicitation has been issued or when construction is anticipated to begin. Closed sources-sought notice has been included below for reference. .......... San Francisco Veterans Affairs, Building 8 Seismic Retrofit, SFVAMC Sources Sought This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary 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 is seeking input on a perspective project titled " San Francisco Veterans Affairs, Building 8 Seismic Retrofit " for seismic retrofit and renovation of an existing facility, Building 8 located at the San Francisco Veterans Affairs (VA) Medical Center, 4150 Clement St, San Francisco, CA 94121. Buildings 8 is located in the eastern portion of the SFVAMC Campus and is immediately accessible from the eastern entrance. The SFVAMC campus is located on the very edge of the northwestern corner of the San Francisco peninsula surrounded by three sides, east, north and west by Golden Gate National Recreation Area. Building 8 currently houses outpatient Mental Health Services and is will continue to serve as an outpatient Mental Health Clinic and is an existing historic structure. The building is located with a Parking Garage 212 to the south, Parking Lot B to the West, Building 9 to the North and under construction Building 24 to the East as well as a planned Building 23 to the East. There is limited area for construction due to the confined space. Originally constructed in 1934, Building 8 contains 4 occupiable floors in a straight linear configuration. It was originally constructed as a nurses' dormitory and as a result has lower floor-to-floor heights of 11'-0" and has no centralized air system. Original hot water radiators are used to heat the building. It is not connected to any other building. Over the years Building 8 has undergone some incremental renovations but, its original internal organization of a double loaded corridor is essentially intact with offices and clinical offices for the Mental Health group. The building has documented asbestos containing materials and lead-based paint present and it is necessary to remediate these materials through an approach to fully demolish all existing interior finishes, partitions and MEP systems. This approach has the benefit of allowing for the most direct structural intervention in order to seismically upgrade the building. The base scheme for this is to introduce new shearwalls and install a series of micropiles. All new mechanical, electrical, telephone, data, life safety, vertical transportation systems and public toilet facilities will be introduced into the building. New services risers will be concentrated in a new service 'core' along the east side of the building. An existing exterior fire escape will be removed and 2 new external enclosed exit stairs will be added to the east side of the building where they are not visible from principal public areas of the campus. All new partitions, hardware and finishes will be introduced to accommodate the final program. At the roof level, new mechanical equipment will be enclosed in a penthouse enclosure. However, the visual presence of this enclosure requires the final approval of the State Historic Preservation Officer (SHPO). No Major Medical Equipment (e.g., linear accelerator, imaging, laundry or food service), to be included in the renovated building. The design documents for this retrofit are being completed in FY22. Work will follow U.S. Army Corps of Engineers processes and requirements. Renovated facilities will meet LEED Silver accreditation upon completion of construction. BUILDING FEATURES SUMMARY - BUILDING 8 BUILDING HEIGHT 57'-10" Enclosed Areas Basement 6,724 Ground Level 6,659 First Floor 6,641 Second Floor 6,387 Roof-enclosed Penthouse mech room 3,936 Subtotal of Enclosed Areas 30,347 ******************************************************************************* Project details: The project's NAICS Code is 236220 with a Small Business size standard of $36.5M The project's estimated cost range is between $25-50M. The project's estimated performance period (duration) is 24 months. The project's estimated advertisement is January 2022 The project's estimated award is July 2022 The Government is contemplating a Design-Bid-Build (DBB) competitively advertised Request for Proposal (RFP) procurement in accordance with Federal Acquisition Regulations (FAR) Subpart 15. However, given the project's complexity, multiple work sites, varied performance requirements, and customers concerns, the Government is seeking input from Industry, who have (and can demonstrate) experience working on projects similar to this scope and complexity. That is: the capability to perform the seismic retrofit, experience coordinating pedestrian and vehicular access while construction is ongoing, familiarity coordinating with the Owner a service disruption plan compliant with Joint Commission practices, experience performing abating lead and asbestos material work, experience with construction processes and practices necessary to obtain LEED Silver Certification, and experience with integration of construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings. ******************************************************************************* The Government has not determined a path for this procurement, and the information (interest) provided through this sources sought announcement will help inform the Government's direction. If your company is interested and capable of performance for this project, please provide 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), Alaska Native 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB) for NAICS code 236220 Commercial and Institutional Building Construction; size standard $36.5M. 4) 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 the Building 8 Swing Space. 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/Protege program. 5) Firm's Joint Venture (existing), including Mentor Proteges and teaming arrangement information is acceptable. 6) 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 should respond to this Sources Sought Notice no later than September 27, 2021, 2:00PM PST. All interested firms must be registered in System for Award Management (SAM) to be eligible for Government contracts. Email your response to Erica Miller, erica.b.miller@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. 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

2 Stories Above Grade, 30,347 SF.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
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, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
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, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, 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.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, 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, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage 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