PROJECT 142411 - CALIFORNIA HIGHWAY PATROL; SAN BERNARDINO REPLACEMENT FACILITY; LOMA LINDA, SAN BERNARDINO COUNTY, CALIFORNIA

Agency: State Government of California
State: California
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10570111533762682
Posted Date: Feb 20, 2024
Due Date: Apr 3, 2024
Solicitation No: 0000030208
Source: Members Only

Details

Event ID
0000030208

Format/Type:
Sell Event / RFx

Published Date
02/20/2024  4:30PM PST

Dept:
Department of General Services

Event Version
2

Event End Date:
04/03/2024  2:00PM PDT

Description:

STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
REAL ESTATE SERVICES DIVISION
PROJECT MANAGEMENT AND DEVELOPMENT BRANCH

ADVERTISEMENT FOR STATEMENT OF QUALIFICATIONS

Project Number: DGS000000142411
CALIFORNIA HIGHWAY PATROL
SAN BERNARDINO REPLACEMENT FACILITY
LOMA LINDA, SAN BERNARDINO COUNTY, CALIFORNIA
The Department of General Services, Real Estate Services Division - Project Management and Development Branch requests the submittal of qualifications from interested Design-build Entities to provide professional Architectural/Engineering and Construction services for the design and construction of the new California Highway Patrol Replacement Facility in Loma Linda, San Bernardino County, California. The California Highway Patrol will operate the new facility.

The State of California, through the California Highway Patrol, operates facilities throughout California. Its current office located at 2211 Western Avenue, San Bernardino, CA 92411 is inadequate to house the number of employees and related equipment, record storage, reference library, evidence rooms, lockers, and other officer support needs.

The new San Bernardino Replacement Facility Project relocates the current facility to an approximately 5.4 acre lot located at the northwest of the intersection of Redlands Boulevard and Bryn Mawr Avenue in Loma Linda in San Bernardino County, California. The new facility shall be designed and built to meet or exceed the requirements of the Essential Services Act (ESA). It will include an Area Office Building (approximately 32,890 nsf). In addition, the project will include an Auto Services Building (approximately 6,700 nsf), a Radio Vault Building (approximately 750 nsf), a Property Storage Building (approximately 750 nsf), a Vehicle Fueling Area (approximately 3,340 nsf), and a Waste/Recycle structure (approximately 1,200 nsf). The remaining facility will include a Radio Antennae Tower assembly (maximum 148 feet tall) and Generator Yard (approximately 4,710 nsf), other miscellaneous site improvements (approximately 34,580 nsf), and site parking (approximately 51,840 nsf).  The remaining site area will consist of landscaping, fencing, and storm water management improvements.

The State is using the ¿Design-build¿ method of project delivery for the design and construction of the Project.  The State will use a two step process to select the Design-build Entity for the Project:

¿        Step 1 - REQUEST FOR QUALIFICATIONS (RFQ) - pre-qualification of Design-build Entities.

¿        Step 2 - REQUEST FOR PROPOSAL (RFP) - up to the three (3) most qualified Design-build Entities will be invited to submit a proposal for the Project in response to the RFP.

The State will request design proposals from the three (3) most qualified Design-build Entities after successfully completing a pre-qualification process. Through the RFP, the successful Design-build Entity for the Project will be selected on a Best Value to the State basis.  The State will establish a stipulated sum for the Design-build Entity, estimated to be between $58,000,000 and $62,000,000. The actual stipulated sum shall be defined in the future RFP.  It is anticipated by the State that the final facility design will exceed the requirements set forth in the RFP for energy efficiency, recycling, indoor air quality, and alternative energy systems. Each responding Design-build Entity must submit qualifications for an Architect and the General Contractor, each appropriately licensed in California, as well as qualifications for a Mechanical Engineer, Structural Engineer, Electrical Engineer, Civil Engineer, Landscape Architect, Geotechnical Engineer, (all of which shall be appropriately licensed in California and serve as the Engineers of Record) and a Security Electronics consultant. The Design-build Entity¿s architect shall be required to complete the design and serve as the Architect of Record for the Project.

The Design-build Entity may, in addition, submit qualifications of other firms that bring special qualifications to their teams for items such as automotive equipment, fueling systems, low voltage/communications, communication towers, energy efficiency/sustainable (LEED¿), or any other notable design consultant(s), each appropriately licensed in California. These or combinations of the above disciplines may be provided by a single firm or by several firms.

A MANDATORY RFQ Briefing Conference is scheduled for 2:00 P.M., PT, March 4, 2024, at the Ziggurat Building 707 3rd Street, 1ST Floor Executive Dining Room, West Sacramento, CA 95605. This conference is intended to review the RFQ/RFP process and submittal requirements, general project scope, the Essential Services Act, the State¿s Small Business and Disabled Veterans Business Enterprises (DVBE) program goals and requirements, and the qualification/proposal process. The Design-build contract award is currently scheduled for the Winter of 2025.

All RFQ submittals received from Design-build Entities that do not attend the mandatory briefing will be returned without review. Design-build Entities that attend the mandatory RFQ briefing conference may obtain an RFQ package by downloading it from the eProcurement Division¿s California State Contracts Register on the Internet at http://www.caleprocure.ca.gov/.  This is the preferred point of contact. The RFQ package may also be obtained by sending a request to the contact listed below.  E-mail requested packages will be provided in Word 2010 format.  Please include AD Number, contact person¿s name, firm name, firm¿s Federal Employer Identification Number (FEIN), mailing address and phone number.  Request processing will be delayed if all information is not provided.

Submittal Deadline:        April 3, 2024 2:00 P.M., PT

Department:          General Services
Contact:        Wevina Rist
E-mail:        wevina.rist@dgs.ca.gov
Phone:          (279) 799-4358
Internet:          http://www.caleprocure.ca.gov/

Hand Delivered Submittals:

Hand delivered SOQs will be received by appointment before 2:00 p.m. on April 3, 2024, starting at 12:00 p.m. If hand delivering the SOQ, please coordinate the delivery time with Acquisition Analyst, Wevina Rist, at wevina.rist@dgs.ca.gov.

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 >