MODIFICATION
Y -- Veteran Affairs (VA) Projects in Sheridan and Cheyenne, Wyoming
- Notice Date
- 8/11/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F09SS012
- Response Due
- 8/26/2009
- Archive Date
- 10/25/2009
- Point of Contact
- Donna Larson, 402-995-2066<br />
- E-Mail Address
-
US Army Corps of Engineer - Omaha District
(donna.r.larson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (Sources Sought Notice) Veteran Affairs (VA) Projects in Sheridan and Cheyenne, Wyoming The Omaha District, US Army Corps of Engineers is seeking qualified (General Contractors only) Small Businesses (SB), Small Disabled Small Business (SDB), Woman Owned Small Businesses (WOSB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zone (HUBZones), Qualified Section 8(a) businesses, and Other than Small concerns that qualify under the North American Industry Classification System (NAICS) 236220 for the following projects located at Wyoming. Project 1. Project name and location: Expand Ambulatory Care, PN 442-209, VA Medical Center, Cheyenne, WY. The scope of work authorized for this project consists of design and construction of a new 22,000 square foot addition to the existing Cheyenne VA Medical Center. This addition will provide new facilities for a relocated cardio-pulmonary clinic (including a sleep lab) and will create new primary care clinic space. Included in the scope is all associated plumbing, mechanical, electrical, communications, fire protection/detection as well as connection to existing utilities and systems. Additional parking and site work is included in the scope of this project. VA design and technical requirements shall be used to develop the design. All VA infection control, safety and security requirements shall be complied with during design and construction. The Cheyenne Medical Center is a regional facility. This Ambulatory Care Addition will be built adjacent to the existing Medical Center emergency room, which will be operational during this project. Qualified contractors must be experienced in design and construction of medical facilities of this size, scope and complexity. They must be fully qualified to comply with all VA strict infection control, safety and security requirements during design and construction. The range of construction is between $4 mil and $6 mil. Performance and Payment Bonds would be required for this work. The estimated performance period is 540 calendar days. Project 2. Project Name and location: Medical Ward Environmental Corrections, VA Medical Center, Sheridan, WY. The scope of this project is to provide construction services to fully renovate 12,775 square feet on the Medical Ward, 3rd level of Building 71/71N. Space will be fully renovated to accommodate 12 acute medicine beds and 12 Intermediate NHCU beds. Renovation will construct private and semi-private rooms with individual toilet/showers. Space will be modified for better patient privacy and to provide for better staff functionality to address patients with acute care and intermediate care needs. Single-pane, double-hung windows will be replaced with energy-efficient double-pane windows. Additionally, space for outpatient chemo and sleep lab will be included in renovated space. Further, a 200-ton chiller will be installed in building 71 to add capacity and redundancy to the chilled water loop that presently serves three buildings (71, 71N, and 9). This renovation will be accomplished in an historic structure with limited accessibility and strict requirements for debris removal, consideration of existing facility on-going operations, and close coordination of utility outages. Qualified contractors must be knowledgeable and experienced in construction of medical facilities of this size, scope and complexity. They must have experience in complying with stringent requirements associated with hospital/medical work (infection control, air and dust monitoring/control, clean standards, etc.). The range of construction is between $3 mil and $5 mil. Performance and Payment Bonds would be required for this work. The estimated performance period is 360 calendar days. This announcement is part of our market research, and your responses are sought to identify sources that have the capabilities, experience, satisfactory past performance, and bonding capacity to perform the work. Interested contractors that qualify under NAICS Code 236220 are asked to submit a response to this request for information to demonstrate their technical capability, bonding ability, and potential interest in this project. It is anticipated that the Government will issue a firm fixed price contract for this work. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR BID. This notice is provided for information purposes only. The Government will not pay any costs associated with preparation and submissions of responses to this sources sought announcement. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. Interested Contractors must furnish the following information: General Information 1.Company name, address, phone number, point of contact. 2.Indicate your business size in relation to the NAICS code 236220. Provide your current Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified small firm or other than small business. (Contractors must be registered in CCR and ORCA at the time of contract award.) 3.Provide 3 examples of completed projects similar to the work described above. Include point of contact information for any examples provided. Past performance on these projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 4.Provide information describing your experience with asbestos abatement involving renovations. Include reference names and contact information to verify this experience. 5.Indicate your firm's bonding capacity for individual contracts as well as the aggregate bonding limit for your company. Responses to this announcement may be sent electronically to Donna Larson at donna.r.larson@usace.army.mil and should arrive no later than 2:00 p.m. (CDT) 26 August 2009. Responses should be limited to no more than 7 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CENWO-CT-M ATTN: Donna Larson 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Donna Larson at 402-995-2066 or via e-mail at the address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE AND IS BEING USED AS A MARKET RESEARCH TOOL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F09SS012/listing.html)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
- Zip Code: 68102-4901<br />
- Zip Code: 68102-4901<br />
- Record
- SN01907643-W 20090813/090812001340-d9388623fa8b4661a7e2c60abfcfb37f (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 |