Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2011 FBO #3486
DOCUMENT

Y -- P/N 664-CSI-102, OEF/OIF TRANSITION CENTER, VISN 22 - SAN DIEGO VA MEDICAL CENTER - Attachment

Notice Date
6/9/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;650 E. Indian School Rd.;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA25811RP0449
 
Response Due
6/24/2011
 
Archive Date
8/8/2011
 
Point of Contact
Enrique Rivera
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER PUBLIC LAW 109-461 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. CONSTRUCTION PROJECT # 664-CSI-102 (OEF/OIF TRANSITION CENTER). The Phoenix VA Healthcare System (PVAHCS), Phoenix, Arizona, intends to issue a solicitation on or about July 2, 2011 as a Request for Proposal in accordance with FAR Part 15(CONTRACTING BY NEGOTIATION) and FAR Part 36 (CONSTRUCTION). The site for this construction project will be the VA San Diego Healthcare System. The solicitation shall remain open for approximately 30 days. Performance Period is 300 days after issuance of the Notice to Proceed. The Contractor shall provide a Firm Fixed Price offer for work listed below. Work includes the following: The scope of the project encompasses approximately 13,600 square feet for the Base Bid, and approximately 11,700 square feet for the Deductive Bid Alternate. Complete containment of area, full abatement of existing asbestos, removal of all interior and exterior partitions (hazardous material), removal of exterior concrete topping and balcony concrete rails, removal of all ceilings and finishes to slab, removal of all existing plumbing at the floor level and demolition of piping back to the points of connection to the main lines in the interstitial space. Demolition of existing concrete slab to install new waste lines, replacement of air handling unit serving the zone including all terminal units and HVAC piping, ductwork, removal of all electrical, signal, and data/communication lines on the floor level and interstitial level and the Patch Panels in interstitial and back to the appropriate point of disconnect in the interstitial space. Re-spray of all fireproofing on structural steel in the interstitial space. Also included is reinforcement of some existing first floor columns, partial reinforcement of the existing braced truss system, reinforcement of existing footings/foundation, enclosing existing second floor deck opening and extending interstitial structural floor. New construction consists of a large conference room, office spaces and a small clinic to support the veterans transition program. Also included new exterior perimeter storefront system with an automatic sliding glass door, metal stud walls, interior drywall and insulation, glazing, hollow metal door frames and wood doors, sheet vinyl/linoleum and carpet flooring, acoustical t-grid & dry wall ceilings, finishes and casework, plumbing fixtures & piping, return air zone heating/air conditioning, fire protection, normal and emergency power/signal and lighting, security system/monitors. Additionally, new HVAC systems will support completed addition only. Way-finding signage, communication systems, and supporting electrical and data requirements. The solicitation documents including all specifications and drawings will be issued on or about July 2, 2011 and will be posted on the Federal Business Opportunities website. This date is subject to change. Hard copy documents including drawing will not be available - all documents for bidding purposes will be posted at the website for download. Site visit information will be provided upon issuance of the solicitation. Only one site visit is planned. Bids will be due 30 days after issuance of solicitation. This notice is for informational purposes only and is not a request for submission of offers. No other information is available until issuance of the solicitation. No bidder list is maintained. All potential bidders should register with Federal Business Opportunities if interested in this acquisition. All bidders shall be registered and verified in the www.ccr.gov, www.vetbiz.gov, and https://orca.bpn.gov/ websites. This procurement is 100% set aside for Service-Disabled, Veteran-Owned, Small Business (SDVOSB). The NAICS Code is 236220. The associated size standard for this procurement is $33.5 million. Project Magnitude: Between $2,000,000 and $5,000,000. A site visit will be scheduled, the date is TBD, and will be provided upon issuance of the solicitation. Only one site visit is planned. The site visit is not mandatory; however, failure to attend the site visit may affect your understanding of the project for the purposes of submitting a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25811RP0449/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-11-RP-0449 VA258-11-RP-0449 PRE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208438&FileName=VA258-11-RP-0449-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208438&FileName=VA258-11-RP-0449-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92116-0002
 
Record
SN02468710-W 20110611/110609234929-cc6b58ae4883732d47aa3231a1735d5c (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.