SOLICITATION NOTICE
Z -- Surgical Suite Addition - Sioux Falls
- Notice Date
- 7/21/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26310RP0227
- Response Due
- 8/27/2010
- Archive Date
- 9/26/2010
- Point of Contact
- Michael L Owen
- E-Mail Address
-
ct
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFP VA263-10-RP-0227 Submittals Due: August 27, 2010 at 4:30 p.m. CT AT THE MINNEAPOLIS ADDRESS BELOW. Pre-Proposal Conference/Site Visit: August 2, 2010 AT 1:30 p.m. in Room TBD, Royal C. Johnson Veterans Memorial Hospital, Sioux Falls, SD Z - CONSTRUCTION PROJECT - SURGICAL SUITE ADDITION The VA Minneapolis Contracting Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415 on behalf of the Royal C. Johnson Veterans Memorial Hospital, Sioux Falls, SD seeks proposals and intends to award to a Service-disabled Veteran-owned Small Business (SDVOSB) concern a contract to build a Surgical Suite Addition. This is a 100% set-aside for SDVOSB in accordance with PL 109-461. Bid Item I. The Contractor shall provide all labor, materials, and equipment to construct a new addition to Building 5; for new surgical suite, PACU, support facilities, and a new multi-elevator addition to extend from the ground to the 4th floor. Work includes general construction, alterations, roads, walks, grading, drainage, mechanical and electrical work, laboratory equipment, utility systems, elevators, installation of medical equipment, necessary removal of existing structures and construction and certain other Items. Deduct Option Item No. 1 - All work of the Bid Item I, less work to provide and install Elevator '2'. Elevator shaft and other construction items are to remain as shown. Deduct Option Item No. 2 - All the work shown in Bid Item I less the work deleted in Alternate No. 1, and less the work to provide and install Elevator '1'. Elevator shaft and other construction items are to remain as shown. Deduct Option Item No. 3 - All work shown in Bid Item I, less the work deleted in Alternate 1, less the work deleted in Alternate 2, and less the work to provide and install the new elevator shaft, elevator lobby, and Stair No. 1; starting at the 2nd floor and extending to the 4th floor. Roof over 4th floor becomes the roof over the 1st floor. Deduct Option Item No. 4 - All work shown in Bid Item I, less the work deleted in Alternate 1, less the work deleted in Alternate 2, and less the work to provide and install the new relocated roadway; including demolition of existing, grading, pavements, walks, curbs, retaining walls, driveway lighting, and site utility relocations required only for the roadway relocation. Other site utilities required to support the new addition remain in the contract. Completion Time: Contractor shall complete all related project construction and testing with 480 calendar days from the Notice to Proceed. Testing and commissioning shall be completed in 2011 or as directed by the COTR. Liquidated Damages: $200.00 per calendar day, including holidays and weekends. NAICS 236220 - $33.5M applies. In accordance with VA Acquistion Regulations (VAAR) 836.204 the magnitude of the project is between $5,000,000 and $10,000,000. All responsible and interested SDVOSB offerors should consider downloading solicitation documents, specifications and drawings and submitting a proposal. Offerors are to complete ALL required sections and provide all required information. Offerors are to submit one (1) original hard copy set of documents which include technical and cost proposals, (NOTE: hard copies are to be presented in separate bindings - one for technical and a separate one for price/cost) one (1) copy of documents which include technical and cost proposals and two (2) compact disks (CDs) that contain all information provided in the hard copies (in separate files on the CDs), not later than Friday, August 27, 2010 at 4:30 p.m. CT. These documents will be posted on www.fbo.gov for this project. Posting is expected on or about July 27, 2010. The VA has scheduled a PRE-PROPOSAL CONFERENCE / SITE VISIT for Monday, August 2, 2010 AT 1:30 p.m. in Sioux Falls, SD. The exact location at the Royal C. Johnson Veterans Memorial Hospital is yet to be determined and announced. At the conference prospective contractors will have the opportunity make inquiries of VA staff. The VA feels that the Site Visit is essential to understanding the project. While the Site Visit is not mandatory, prospective contractors are advised that FAR Clause 52.236-3 Site Investigation and Conditions Affecting the Work apply. POC: Michael Owen, Contracting Officer, E-mail: michael.owen@va.gov Facsimile or other electronic methods will NOT be accepted for the purposes of submittals but will be accepted to make written inquiries, Telephone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RP0227/listing.html)
- Place of Performance
- Address: ROYAL C. JOHNSON VETERANS MEMORIAL HOSPITAL;2501 W. 22ND STREET;SIOUX FALLS, SD
- Zip Code: 57105
- Zip Code: 57105
- Record
- SN02212863-W 20100723/100721235139-d6f5ddd8129303c1ad3a54b3a675ec5a (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 |