Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOLICITATION NOTICE

Y -- Project No. 515-CSI-001, Renovate Building 22 for Domiciliary

Notice Date
5/9/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA25111IB0189
 
Response Due
6/27/2011
 
Archive Date
10/4/2011
 
Point of Contact
Cari Snyder
 
E-Mail Address
4-4534<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER SERVICE DISABLED VETERANS OWNED SMALL BUSINESS PROGRAM FOR CONSTRUCTION NAICS CODE 236220. VA Illiana Health Care System, Danville, Illinois, anticipates soliciting bids and subsequently awarding a contract for construction services for VA Project 515-CSI-001, Renovate Building 22 for Domiciliary, at the Department of Veterans Affairs, VA Medical Center, 5500 Armstrong Road, Battle Creek, Michigan, 49037. The contractor shall furnish all labor, materials, tools, equipment and necessary supervision to renovate the existing 17,000 Sq. Ft. first and second floor areas of Building 22, the construction of a new 3000 Sq. Ft. addition and related site work for a 40 bed homeless domiciliary program. The scope of work includes completely preparing the site for general construction and alterations work including phased demolition and hazardous material abatement. Additionally, the work includes the necessary removal of existing structures, site work, new building addition, and renovation area floors, walls, ceilings and utilities. Site demolition work will include segregating and protecting the construction area from existing adjacent site buildings, notifying and coordinating phased shut down or tie in to site utilities, life safety notification systems or energy management systems. Civil and site work includes partial demolition of the existing parking lot for the construction of the new addition and related utility tie-ins. Architectural demolition extents include noted interior walls to exterior wall perimeter and floor finishes (to the concrete sub-base) including abatement of hazardous materials. Demolition work in the renovation area includes abatement of hazardous materials containing asbestos, lead paint and PCB ™s noted in the hazardous material reports in the appendix. The demolition extents of mechanical, electrical and plumbing systems include abatement of hazardous materials noted in the report. The demolition extents of the existing elevator components for modernization and upgrade include the elevator cab materials and finishes, components within the existing shaft, and clean up of the elevator pit area, abatement of hazardous materials and upgrades to MEP systems. The exterior wall demolition areas include the removal and replacement of existing windows and brick work that include hazardous material abatement as noted in the report. The project will also include the construction of a new one story steel frame and masonry addition, concrete footings, concrete grade walls, concrete sidewalks, and asphalt paving tied into the existing pavement. Related civil site work includes the installation of new underground drainage and structures tied into the existing storm system. Architectural trades work includes new windows, metal stud and gyp-board walls, backer boards, insulation, doors, door hardware, casework, millwork, soffits, lay-in ceilings, flooring, handrails, concrete topping, exterior stair / handrails, fixtures, accessories and the modernization of the existing elevator. Interiors work will include cleaning, patching of walls, painting, handrails, wall treatments, new flooring materials, window treatments and signage. Mechanical trades work includes the furnishing and installation of new HVAC equipment, materials and controls for complete HVAC system and upgrade of BMS programming. New fire protection system piping and specialty components tied into the existing fire water main. New plumbing fixtures, equipment and piping for potable water supply tied into the existing city water main. New sanitary drain piping, vent piping and storm water piping tied into the existing main piping. Mechanical and plumbing systems are to be complete including all hangers, supplemental support framing and labeling to VA standards. Electrical trades work includes new fixtures, raceways, devices, wiring, conduit, hangers, supports for new interior / exterior lighting, power, life safety and security / access systems. Related electrical work includes the installation of new raceways, supports, conduits and device boxes for phone and data systems installed by VA. Installation of smoke alarms, detectors, emergency power and lighting for life safety, elevator and fire alarm back up connected to the existing building generator system. Electrical systems are to be complete to VA standards for installation and labeling. The project includes complete coordination of all shop drawings, calculations, submittals, construction testing, systems start up and operational / witness testing, warranty and close out documentation as required by the VA. All workers on-site must be OSHA certified (one competent person must have 30 hour certificate and all other workers, prime and subcontractors, must have 10 hour certificate). In accordance with VAAR 836.204, the magnitude of this construction project is between $2,000,000 and $5,000,000. The performance period is 365 calendar days after receipt of Notice to Proceed. The North American Industrial Classification System (NAICS) code is 236220, small business size standard of $33.5M in average annual receipts for the preceding three years. Interested firms must be registered and qualified as a small business under this NAICS code. Potential firms shall be qualified to perform the work specified above and be a small business in one or more of the following socio-economic categories: Service Disabled Veteran Owned or Veteran Owned. The solicitation will be conducted in accordance with FAR Part 14 (SEALED BIDDING) and Part 36 (CONSTRUCTION) and will be evaluated in accordance with the procedures therein. The solicitation is 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS capable of performing the required work. Bids from other than service disabled veteran owned small business concerns will not be considered and shall be rejected. The SDVOSB must be small under relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and VERIFIED in the following websites: http://www.vip.vetbiz.gov, http://www.ccr.gov, and https://orca.bpn.gov to be eligible for award. Effective October 1, 2010 apparent successful bidder must apply for and receive verification status from VA ™s Center for Veterans Enterprise (CVE) prior to receiving an award in accordance with 38 CFR 74. Bidders MUST ensure registrations in these websites are correct, accurate, and current. The Contracting Officer is not responsible for this information. Insufficient responses from Service Disabled Veteran Owned Small Businesses will result in exploration of other set-aside possibilities or advertised as full and open competition. Solicitation VA-251-11-IB-0189 will be available on or about May 26, 2011 with an anticipated bid due date of June 27, 2011. These dates are not firm and may change due to events beyond our control. Site visit information will be provided upon issuance of solicitation. Only one site visit will be conducted. Dissemination is limited to electronic medium and VA will not provide hard copies. Bidders are responsible for obtaining any amendments to the solicitation from this website. This notice is not a request for submission of offers. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bid list is maintained. All potential bidders should register on this website as interested vendors. Send inquiries to Contracting Officer via e-mail at cari.snyder@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25111IB0189/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;5500 Armstrong Rd.;Battle Creek, MI
Zip Code: 49037
 
Record
SN02442710-W 20110511/110509234027-042451036015b237baead13c555d00cd (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.