SOLICITATION NOTICE
Y -- Tampa Polytrauma Phase 2 and Phase 3
- Notice Date
- 1/8/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-10-RP-0026
- Response Due
- 1/22/2010
- Archive Date
- 2/21/2010
- Point of Contact
- Patricia A. Ellis, Senior Contracting Officer202-461-8489
- E-Mail Address
-
Contract Specialist
(patricia.ellis@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs is seeking construction contractors to construct phase 2 and phase 3 for Tampa Polytrauma Expansion at the VA Medical Center in Tampa, Fla. The project number is 673-900. Competition for this procurement is unrestricted. Phase 2 of the project is to construct a new 170,004 gross square foot, 2 story polytrauma addition to be built over the main therapy area of the existing 1 story Spinal Cord Injury (SCI) Center containing an existing underground basement level parking garage. The new space includes polytrauma and rehab patient rooms as well as therapy and support spaces. The project also includes renovation of various parts of the existing hospital including areas on the ground floor and basement level totaling approximately 10,812 gross square feet to house utility and infrastructure modifications. Phase 3 of the project is to construct a new therapeutic pool building of approximately 8,372 gross square feet located on the ground level adjacent to the south side of the new polytrauma addition and SCI center. The contractor shall provide all labor, materials, transportation, supervision, supplies and tools necessary for the construction of this project.There are four Base Bid Items: Base Bid-General, Base Bid-Physical Security, Base Bid-Asbestos Removal, and Base Bid-Hazardous Material Removal. Additionally, there are nine deductive alternates: (1) Deductive Alternate-Mechanical Penthouse Exterior Wall Finish, (2) Deductive Alternate- Shade Canopy Structures (3) Deductive Alternate-Preserved Palms (4) Deductive Alternate-Nurse Stations (5) Deductive Alternate-Enclosed Ground Floor Cooridor HC002-38 (6) Deductive Alternate-American Flag Glass Frit Pattern (7) Deductive Alternate-Patient Room Automatic BI-parting Bathroom Entry System (8) Deductive Alternate-Therapy Pool Building (9) Deductive Alternate-Deduct Elevator 7. The estimate cost range for the project is between $50,000,000 and $100,000,000. The firm must be a General Construction firm approved under NAICS Code 236220 and the size standard is $33.5 Million. Small business subcontracting goals for this project are as follows: (a) 28.7% for Small Business (SB); (b) 5% Small Disadvantaged Business (SDB); (c) 7% Service-Disabled Veteran Owned Small Business (SDVOSB); (d) 5% Women-Owned Small Business (WOSB); (e) 3% Hubzone Small Business, and (f) 10% Veteran-Owned Small Business (VOSB). The closing date and time for submission of proposals will be contained in the solicitation documents. The solicitation is expected to be issued on or about January 22, 2010. Prospective contractors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov prior to award. Prospective contractors may acquire documents from the Federal Business Opportunities website www.fbo.gov A Pre-proposal conference is scheduled for 10:00 AM, on February 4, 2010 at the James A Haley VA Medical Center, Room 2000, 13000 Bruce B Downs Boulevard, Tampa, Florida 33612-4798. All offerors, consultants, subcontractors, manufacturers and suppliers are invited to attend. The deadline for submission of Requests for Information is February 11, 2010. The solicitation package will be posted on FedBizOpps, which can be accessed at https://www.fbo.gov/. You must register with FedBizOpps to view the solicitation package. For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at FedBizOpps https://www/fbo.gov/l. The Government will not provide paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests; for this solicitation will not be honored. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps website. Prospective offerors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. All interested parties MUST be registered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via telephone at 1-888-227-2423 or register on line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-10-RP-0026/listing.html)
- Place of Performance
- Address: James A Haley VA Medical Center;13000 Bruce B Downs Blvd;Tampa, Fla
- Zip Code: 33612-4798
- Zip Code: 33612-4798
- Record
- SN02038728-W 20100110/100109000028-c0e4f806f5e3a5ee749f9c5cf8680aa1 (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 |