Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

Y -- Demolition of Nine Buildings - Project 610-301

Notice Date
6/21/2011
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25111IB0254
 
Response Due
7/13/2011
 
Archive Date
10/20/2011
 
Point of Contact
Aaron Lacy, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre-solicitation announcement for the Department of Veterans Affairs, VA Northern Indiana Health Care System, located in Marion, Indiana. An Invitation for Bid will be issued on this Federal Business Opportunities website on or about July 13, 2011 for construction project 610-301 "Demolition of Nine Buildings" at the Marion VA campus, 1700 East 38th Street, Marion, IN, 46953. This announcement is a total set-aside for Service Disabled Veteran Owned Small Business. The VA is seeking a qualified to perform the following work: The Contractor shall provide all tools, equipment, material, permits, labor and supervision necessary to accomplish, the work as included on the plans and specifications to include: Asbestos Abatement: all asbestos in the buildings as specified in the reports, is to be abated prior to the commencement of the actual demolition. Existing Utilities: all existing utilities that presently serve the existing buildings are to be; isolated, disconnected, rerouted, capped or removed (and less frequently abandoned) prior to the commencement of the actual demolition as shown on the drawings. Some miscellaneous items are to be relocated and reenergized and some new lines to be ran. Utilities include but are not limited to: Steam and Steam Condensate, Sanitary and Storm Sewers. Natural Gas, Water and Fire suppression, Telephone & Electric. (A two story elevator is to also be removed). Removal of Existing Wood Windows and Doors and relocating of miscellaneous items: all existing wood windows and doors are to be carefully removed without damage, and diverted from landfill or destruction prior to the commencement of the actual demolition. Demolition of Buildings: after the completion and approval by the VA that the first three items above have been completed, then the actual demolition of the building will be allowed to start. The demolition will necessarily have to be conducted with consideration for the adjacent community homes, the VA-Medical Center and the VA- National Cemetery. A note on the Building's type of Construction: The majority of the demolition work will involve the four largest buildings. All four were constructed in 1890 are exterior brick bearing walls 12" thick (and with interior supports) with plaster on the inside face of the brick. Two stories high with very steep pitch, high attic/roof areas, with basements and crawlspaces varying from building to building. Wood floor joists and all wood roof framing with asphalt shingles. Original wood windows and doors which the contractor is to carefully remove and protect. These buildings have leaky roofs and the buildings are starting to collapse internally. These four buildings have connecting corridors which are also to be demolished, Approximate Gross Square Footage/ Year Constructed of buildings to be demolished: B-13 (8,971 sf)/1899, B-19 (17,580 sf)/1890, B-20 (18,010 sf)/1890, B-21 (27,660 sf)/1890, B-22 (27,660 sf)/1890, B-62 (8,980 sf)/1892, B-121 (550 sf)/1895, B-135 (571 sf)/1958, and B-140 (53 sf)/1947. Landscaping and Asphalt Paving: upon completion of all demolition and underground utility work, the contractor will back fill and compact all excavations and trenches, grade the back fill to match adjacent existing grades and plant and establish grass. Protect all trees. Asphalt Parking lot and road repair as on the drawings. Completion Time: 365-calender days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Service-Disabled Veteran-Owned Small Business firms (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 238910 and size standard $14 million applies. In accordance with VAAR 836.204, disclosure of the magnitude of this construction project is between $2,000,000 and $5,000,000. The government intends to award a Firm Fixed Price Contract in August/September 2011. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc is available until issuance of the solicitation on http://www.fbo.gov. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov) on or about July 13, 2011 with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and bid opening date, will be available in the solicitation. No other site shall be used to obtain these documents. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the FedBizOpps website. Bidders are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov, shall be registered in the VIP database (http://www.vip.vetbiz.gov) and will have completed the VETS100A report at http://www.dol.gov/vets/programs/fcp/main.html (if applicable). Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The apparently successful bidder, unless currently listed as verified in the Vendor Information Pages at www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Therefore, prospective SDVOSB contractors are strongly urged to obtain verification at VetBiz.gov as soon as possible to prevent delays in receiving award. Address ALL questions in WRITING to the issuing office via email to aaron.lacy@va.gov or by fax to (317) 988-1809. No telephone inquiries will be accepted or returned and no other information regarding scope, dates, etc is available until issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111IB0254/listing.html)
 
Place of Performance
Address: VA Northern Indiana Health Care System;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02478155-W 20110623/110621234720-6ffc465b6aca222f35ee787766bf44c7 (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.