Y1DB--Phase II - Design Build Construction for animal research facility to replace bldgs. 47 and 103, Sepulveda VA Medical Center

SOL #: 36C10F24R0075Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
WASHINGTON, DC, 20001, United States

Place of Performance

North Hills

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Laboratories And Clinics (Y1DB)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2025
2
Last Updated
Nov 6, 2025
3
Submission Deadline
Jun 2, 2025, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

5. PROJECT NUMBER (if applicable)

CODE

7. ADMINISTERED BY

2. AMENDMENT/MODIFICATION NUMBER

CODE

6. ISSUED BY

8. NAME AND ADDRESS OF CONTRACTOR

4. REQUISITION/PURCHASE REQ. NUMBER

3. EFFECTIVE DATE

9A. AMENDMENT OF SOLICITATION NUMBER

9B. DATED

PAGE OF PAGES

10A. MODIFICATION OF CONTRACT/ORDER NUMBER

10B. DATED

BPA NO.

1. CONTRACT ID CODE

FACILITY CODE

CODE

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers

E. IMPORTANT:

is extended,

(a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the

offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR

ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY

is not extended.

12. ACCOUNTING AND APPROPRIATION DATA

(REV. 11/2016)

is required to sign this document and return ___________ copies to the issuing office.

is not,

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

15C. DATE SIGNED

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES

SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter

or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to

the opening hour and date specified.

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER

Contractor

16C. DATE SIGNED

14. DESCRIPTION OF AMENDMENT/MODIFICATION

16B. UNITED STATES OF AMERICA

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER

16A. NAME AND TITLE OF CONTRACTING OFFICER

15B. CONTRACTOR/OFFEROR

STANDARD FORM 30

PREVIOUS EDITION NOT USABLE

Prescribed by GSA - FAR (48 CFR) 53.243

(Type or print)

(Type or print)

(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

(Number, street, county, State and ZIP Code)

(If other than Item 6)

(Specify type of modification and authority)

(such as changes in paying office, appropriation date, etc.)

(If required)

(SEE ITEM 11)

(SEE ITEM 13)

(X)

CHECK

ONE

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

(Signature of person authorized to sign)

(Signature of Contracting Officer)

1

4

P0005

04-17-2025

691-903

003C4E

Department of Veterans Affairs

Office of Construction and

Facilities Management (00CFM3B)

400 Mare Island Way, Suite 100

Vallejo CA 94590

To all Offerors/Bidders

36C10F24R0075

01-17-2025

X

X

X

** HOUR & DATE for Receipt of Offers is EXTENDED to: 06-02-2025 4:00 PM PDT

See CONTINUATION Page

Project 691-903 Design Build Services - Replace Seismically Deficient Animal Research Buildings 47 and 103 Sepulveda

Ambulatory Care Center, 16111 Plummer Street, North Hills, California 91343

This Request for Proposal (RFP) is issued as Two-Phase Design-Build procurement (Reference FAR 36.3). Qualifications

received was evaluated in Phase I to determine which offerors will submit proposals for Phase II. The three offerors

selected that will proceed to Phase II are identified in this amendment. These firms are the ONLY offerors that will

be considered to submit a technical & cost proposal for the purposes and objectives of this two-phase design build

project. Phase II RFP Documents will be issued ONLY to the three offerors determined to be most highly qualified from

Phase I evaluation selection. Sub-Contracting opportunities shall be addressed by each firm as listed herein.

CONTINUATION PAGE

REQUEST FOR PROPOSAL

DESIGN BUILD PHASE II

PROJECT No. 691-903

REPLACE SEISMICALLY DEFICIENT ANIMAL RESEARCH BUILDINGS 47 & 103

SEPULVEDA AMBULATORY CARE CENTER, NORTH HILLS, CALIFORNIA

This solicitation amendment to 36C10F24R0075 is issued to announce the three (3) offerors selected to submit a Request for Proposal (RFP) as a result of the Phase I selection process per the Two-Phase Design-Build procurement process (Reference FAR 36.3). Phase II RFP will ONLY be accepted and evaluated from the three (3) offerors listed in no particular order below. The offeror s information provided herein is for exchange of sub-contracting opportunities ONLY and not to be construed as an endorsement by the Government.

Korte Construction Company

Rachel Koehnemann

rachel.koehnemann@korteco.com / korte@korteco.com

5700 Oakland Avenue

Suite 275

St. Louis, MO 63110

314-231-3700

S. J. Amoroso Construction Company, LLC

Roger Schotter, Chief Estimator

socal-bid@sjamoroso.com

275 E. Baker Street

Suite B

Costa Mesa, CA 92626

714-433-2326

Richard Group, LLC

Ashleigh Trbovic

Ashleigh.trbovic@richardgroup.com

4425 Cass Street

Suite G

San Diego, CA 92109

773-658-6033

36C10F24R0075

INFORMATION REGARDING BIDDING MATERIAL, BID GUARANTEE AND BONDS

(a) Bidding materials consisting of drawings, specifications and contract forms will be provided electronically to General (Prime) Contractors/Offerors selected to participate in Phase II of this solicitation. An electronic set of drawings and specifications will be furnished upon request to subcontractors for their use in preparing sub bids for General (Prime) Contractors. Suppliers and subcontractors listed above shall show in their requests the work or equipment for which they intend to prepare sub bids.

(b) A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then.

(c) If the contract will exceed $100,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the General Conditions of the Specification. Copies of SFs 25 and 25A may be obtained upon application to the issuing office.

DESCRIPTION OF WORK: SEE BLOCK 10 OF SF 1442.

Cost Range: $20,000,000.00 to $50,000,000.00.

INFORMATION REGARDING CLAUSES REMOVED AND ADDED TO THIS SOLICITION

Clauses removed from this solicitation are as follows:

52.222-9, Apprentices and Trainees

52.222-21, Prohibition of Segregated Facilities

52.222-22, Previous Contracts and Compliance Reports

52.222-23, Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity for Construction

52.222-25, Affirmative Action Compliance

52.222-26, Equal Opportunity

52.222-27, Affirmative Action Compliance Requirements for Construction

52.222-29, Notification of visa denial

Clauses added to this solicitation are as follows:

52.204-8, Annual Representations and Certifications (JAN 2025) (DEVIATION FEB 2025)

52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025)

52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025)

52.222-6, Construction Wage Rate Requirements (AUG 2018) (DEVIATION FEB 2025)

52.222-11, Subcontracts (Labor Standards) (MAY 2014) (DEVIATION FEB 2025)

52.222-12, Contract Termination Debarment (MAY 2014) (DEVIATION FEB 2025)

52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 202

NOTE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.gov.

List of Attachments

People

Points of Contact

Ferdinand D. GawaranContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
View
Download
View
Download
Download
Download
View

Versions

Version 18
Combined Synopsis/Solicitation
Posted: Nov 6, 2025
View
Version 17
Combined Synopsis/Solicitation
Posted: Nov 6, 2025
View
Version 16
Combined Synopsis/Solicitation
Posted: Oct 31, 2025
View
Version 15
Combined Synopsis/Solicitation
Posted: Oct 31, 2025
View
Version 14
Combined Synopsis/Solicitation
Posted: Oct 31, 2025
View
Version 13
Combined Synopsis/Solicitation
Posted: May 30, 2025
View
Version 12
Combined Synopsis/Solicitation
Posted: May 29, 2025
View
Version 11
Combined Synopsis/Solicitation
Posted: May 29, 2025
View
Version 10Viewing
Combined Synopsis/Solicitation
Posted: Apr 17, 2025
Version 9
Combined Synopsis/Solicitation
Posted: Feb 24, 2025
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 19, 2025
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 13, 2025
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 5, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 5, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 5, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 22, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2025
View