Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2009 FBO #2749
SOURCES SOUGHT

Y -- PHARMACY UPGRADE PHASE II

Notice Date
6/4/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-S-0078
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Lisa S. Simmons, 843-329-8086<br />
 
E-Mail Address
US Army Corps of Engineers, Savannah
(lisa.s.simmons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Savannah Regional Contracting Center (SRCC), Charleston Office has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal. This does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interests and capabilities of potential qualified Small Business Administration (SBA), Certified 8(a), Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Project Title: USP Pharmacy Upgrade, Phase II Project Location: Ralph H. Johnson VA Medical Center, Charleston, SC Upgrade the IV, Chemotherapy, Ante-Room and related spaces to meet revised USP 797 requirements. Architectural work will include construction of new class 7 anteroom for chemotherapy room, automatic doors for IV and Chemo Room, chases for floor level HVAC return grilles, new hard ceiling system throughout and finishes as required to meet USP 797 requirements. Mechanical work includes installation of new air handler with VAV boxes, reheat coil, humidifier, chilled water supply and return, roof mounted exhaust fan/duct, supply/return ducting, HEPA filtration, Differential Pressure sensors, and DDC HVAC controls. DDC controls to include temperature and humidity control with remote monitoring capability. Plumbing will consist of installation of eyewash station, domestic water supply to humidifier, and minimal sprinkler head addition and/or relocation. Electrical work will include power for new HVAC system, electric door operators, miscellaneous 120v circuits, lighting and fire alarm system work. If you can meet all of the requirements for this project, please respond to this sources sought by email, or Fax to Lisa Simmons. The e-mail address for Ms. Simmons is lisa.s.simmons@usace.army.mil. The Fax number is 843-329-2327. Responses must be received no later than 2:00 P.M. Eastern Standard Time, on 15 Jun 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 6. Qualifications: Responses to this sources sought synopsis shall indicate specialized experience in Phase II construction. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Contractual Questions should be directed to Lisa S. Simmons at lisa.s.simmons@usace.army.mil or by calling 843-329-8086 Technical Questions should be directed to Jim Whiteman at 843-329-8081 or by email james.g.whiteman@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-S-0078/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA<br />
Zip Code: 31402-0889<br />
 
Record
SN01835884-W 20090606/090604235230-b870c68fdc5f82f0ff5fc7ea6803af9b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.