Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
DOCUMENT

Y -- Design-Build Replace Water Lines project - Phase 6 to include MonoChloramine Treatment System - Attachment

Notice Date
6/26/2014
 
Notice Type
Attachment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24714R0986
 
Response Due
8/11/2014
 
Archive Date
9/10/2014
 
Point of Contact
Theresa Elkins
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Pre-Solicitation Notice: Design-Build Project to Replace Water Lines Project - Phase 6 to include Monochloramine Treatment System DESCRIPTION: This pre-solicitation notice is for a design-build project to Replace Water Lines Project Phase 6 to include Monochloramine Treatment System in the downtown division Bldg. 801and the uptown division, Bldgs. 110 and 119 in Augusta, GA. The Contractor shall provide design-build A/E and construction services to Replace water lines to include water supply faucet valves, mop sink valves, shower valves, sensor valves, knee pedal valves, and laboratory and sink faucets in Bldg. 801 downtown hospital facility and design and implement recommendations made for controlling certain bacteria growth in the water distribution systems in the Uptown Division (UD), Bldgs. 110 and 119 and the Downtown Division (DD), Bldg. 801 at the Charlie Norwood VA Medical Center (CNVAMC) in Augusta, Georgia, to include finishing Architectural/Engineering Design and providing all labor, materials, tools, equipment, and supervision for a completed project. The applicable NAICS Code is 221310, Replace Water Lines Project - Phase 6 to include Monochloramine Treatment System (SBA size standard $25.5 Million). The solicitation will be 100% set-aside for VetBiz verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).In order to be considered for an award, offer must be SDVOSB CVE certified and visible in VIP (VAAR8041102), at the time of proposal submission and award, registered in the www.sam.gov and provide vets-100 (DOL) at (http://dol.gov/vets/programs/fcp/mail.htm). A bidder's mailing list will not be maintained, interested bidders should register in the interested vendors section of this notice. The Request for Proposal for this project will be posted on or around 11 July 2014 and will be published on www.fbo.gov only. The project will take approximately 270 calendar days to complete. This solicitation will be a two-phase design-build. During the first phase, Offerors will submit technical information as specified in the solicitation. The evaluation team will select up to three offerors to participate in phase two, where the selected Offerors will submit pricing information. The project magnitude is between $2,000,000.00 and $5,000,000.00. Period of performance: 270 calendar days There will be a pre-bid site investigation held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid site investigation will be noted in the solicitation package. Pre-Bid site investigation is not mandatory, but highly recommended Again, this is a pre-solicitation notice synopsizing an upcoming RFP solicitation to satisfy the requirements of FAR 5.201 and 5.203. The Contracting Specialist will not be able to answer any questions pertaining to this notice until a RFP is issued. All questions resulting from the solicitation and pre-bid investigation will only be answered if received by Request for Information (RFI), and will be responded to via amendment. It is the responsibility of the bidder to monitor and download amendments from FedbizOpps which may be issued to this solicitation. NOTE - A SOLICITATION IS NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. SPECIFIED REQUIREMENT: Network Contracting Office 7, Augusta, GA intends to solicit and negotiate a design-build, firm-fixed-price contract to provide design-build A/E and construction services to replace water lines - Phase 6 including Monochloramine Treatment System in Downtown Division (DD) Bldg. 801 and Uptown Division (UD) Bldgs. 110 and 119 at Charlie Norwood VAMC as required by specified drawings and specifications, to include the follow-on completion of design from existing 35% construction documents, including a 35% Request for Proposal (RFP) design narration, and subsequent construction. This project includes all labor, materials, supplies, equipment, design, site preparation, services, training, lighting, communications, schematic layout, drawings, instruction, validation, operation and maintenance plans, as-built drawings, permits, design, construction, installation and commissioning in relation to the installation and operation of Monochloramine Treatment System. Also included is the replacement of faucets, faucet valves, mop sink valves, shower valves, sensor valves, knee-pedal valves, and a condensate booster pump. The CNVAMC intends to procure "Turn-Key" design- build service. Offeror must be able to provide Safety or Environmental Violations and Experience Modification Rate prior to award of Construction Contract, must have at a minimum certification of not more than three (3) serious, or one (1) repeat or one (1) willful OSHA or EPA violation(s) in the past three years, and a current Experience Modification Rate (EMR) equal to or less than 1.0. Charlie Norwood VAMC will be occupied and fully operational throughout the project. The design-build contractor shall ensure that there are no interruptions in any utility services and that all outages are scheduled and approved by the Contracting Officer's Representative (COR). Facility operation shall not be hindered or adversely impacted by the Construction Activities. All work shall be completed during regular business hours, Monday - Friday, 8:00 a.m. to 4:30 p.m., unless an exception is specifically granted by the COR. Also, contractor shall make arrangements for sub- contractors to work in secured areas. VA will not grant access to subs, it is the responsibility of the contractor. Due to the sensitivity of the occupancy of CNVAMC, the Contractor shall take care in the selection of construction methods and activities to limit noise and vibration. The design build shall utilize the VA Master Specifications found at www.cfm.va.gov/til/spec.asp. All other and standards are current editions of NFPA, OSHA, NSF and IBC. The scope of work for this project includes but not limited to Architectural design and engineering, all required demolition and installation of materials and equipment, including but not limited to the chemo infusion. All interested SDVOSBs must be registered in the Central Contractor Registration (CCR) at http://www.sam.gov/; registered and viewable as a SDVOSB at the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov/general_user/default.asp; Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov//; registered in SAM at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714R0986/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-R-0986 VA247-14-R-0986.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1458843&FileName=VA247-14-R-0986-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1458843&FileName=VA247-14-R-0986-000.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: Charlie Norwood VA Medical Center;1 Freedom Way;Augusta, GA
Zip Code: 30904
 
Record
SN03406933-W 20140628/140626234521-bc260cb99e43c211986b9eebb9a830ba (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.