Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2013 FBO #4143
DOCUMENT

Y -- Perry Point MD project # 512A5-10-335 Mansion and Grist Mill Construction and Rehabilitation - Attachment

Notice Date
3/27/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 41;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24513B0113
 
Archive Date
6/25/2013
 
Point of Contact
Jerry Jones 410-642-2411 ext. 2922
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CONSTRUCTION SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified Firms to furnish professional services for the construction of Project 512-10-335 - Grist Mill & Mansion Repair & Rehabilitation. The project will renovate the interior and exterior of building 501, the circa 1750 mansion, to be used as office and conference space. The space renovated is 9620 GSF. The project will also renovate building 504, the circa 1735 Old Mill. A new water wheel will be installed on the exterior to mimic, as closely as possible, the original Mill. The renovated space is 3600 GSF. All restoration work shall be performed by a qualified historic preservation specialist meeting the Secretary of Interior's professional qualifications (http://www.nps.gov/history/local-law/arch_stnds_0.htm) and all work will comply with the Secretary of Interior's Standards and Guidelines for Treatment of Historic Properties (http://www.nps.gov/history/hps/tps/standards_guidelines.htm). The general contractor and relevant sub-contractors should have at least five years of experience working on historic buildings, or five significant historic preservation projects, and work must follow the procedures outlined in the National Park Service's Technical Preservation Briefs, which are included in their entirety by their reference here, and referred to specifically in the relevant specification sections. This acquisition is a 100% set aside for Service-Disabled Veterans-Owned Small Business (SDVOSB) concerns and the award of a firm-fixed-price contract is anticipated. The NAICS Code for this acquisition is 236220 and the applicable Small Business Size Standard is not more than $14.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $2,000,000.00 and $5,000,000.00. The selected firm will submit a schedule that identifies when and how the buildings' deficiencies will be corrected: i.e. the proposed building systems (HVAC, plumbing, electrical, telephone, alarms, etc), and the phasing to accomplish the work. The construction will follow the Maryland Historic Trust (All phases must comply with the Maryland Historic Trust and their inspection findings and recommendations), Electrical, Mechanical (as determined by the A/E drawings and specifications), Fire Protection (fully protected with sprinkler systems and fire alarm equipment. The buildings are to have a fire alarm system connected to the existing plant alarm system and programmed to signal the Fire House on site in the event of alarm or trouble as per NFPA requirements. Complete sprinkler systems are to be installed in each building), Architectural (interior and exterior must match as closely as possible to the time period in which the building was constructed. The interior is to comply with NFPA 101 Life Safety code as well as VA design guide for Domiciliary), Plumbing, LEED (elements to qualify for LEED Certified, with no formal certification required. The work shall be based on the A/E drawings and specifications and USGBC LEED measurements and the VA Sustainable Design and Energy Reduction Manual), Energy (Design complies with the following regulations: Executive Order 13514, PACT 2005, EISA 2007, VA HVAC Design Manual). Interested parties shall ensure current State Licensing, and shall have current registration in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current annual Representations and Certifications must be filed online. THIS IS NOT A REQUEST FOR PROPOSAL. Point of Contact is Jerry Jones, 410-642-2411 ext. 2922, or Jerry.Jones6@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24513B0113/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-13-B-0113 VA245-13-B-0113_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677007&FileName=VA245-13-B-0113-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677007&FileName=VA245-13-B-0113-000.docx

 
File Name: VA245-13-B-0113 FBO-DESCRIPTION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677008&FileName=VA245-13-B-0113-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=677008&FileName=VA245-13-B-0113-001.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: Department of Veterans Affairs;VA Maryland Health Care System;Perry Point, MD
Zip Code: 21902
 
Record
SN03021752-W 20130329/130327234301-0f3bf4d167b3e4b3ad0540771e2af61a (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.