Y1DB--Phase II - Design Build Construction for animal research facility to replace bldgs. 47 and 103, Sepulveda VA Medical Center
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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