DOCUMENT
Y -- 695-325, Parking Structure Lot 7 - Attachment
- Notice Date
- 3/25/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D16B0397
- Response Due
- 5/11/2016
- Archive Date
- 7/10/2016
- Point of Contact
- Leon A. Jutrzonka
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Scope of Work Synopsis Project Name: Parking Structure Lot 7 Project Number: 695-325 This project consists of the construction of a three-level Precast Concrete Parking Structure (Parking Structure Lot 7 - Building #152) on the VAMC Milwaukee campus. This Parking Structure will be located principally above surface parking lot #7 directly north of the under construction Parking Structure Lot 4 (Building #151). The structure's foundation will be on auger cast piles, and the at-grade level will be comprised of poured-in-place concrete slab strengthened by fiber reinforcement. The limits of the construction project are Warehouse Way (south), Lincoln Drive (west), North Washington Drive (north), and Surface Parking Lot #8 (east). The Parking Structure will hold approximately 400 vehicles on four levels of parking: an at-grade level plus three (3) elevated tiers. Vehicle access to and egress from the Parking Structure will be on its north side - from inside the remaining portion of surface parking lot #7. Vehicular entrance level will be the Lower Level ("L"). There will be one stair tower at the northeast corner, and one stair/elevator tower at the southwest corner. Pedestrian access to and egress from the Parking Structure will be at Level "1" - facing south - at the southwest corner stair/elevator tower and Level "L" at the northeast stair tower. The elevator tower consists of two hydraulic elevators which will traverse four distinct levels: L, 1, 2, and 3. The Parking Structure will require three sources of electrical power from Building 111 but through the newly construction Parking Structure Lot 7 (Bldg. 151): Normal, Life Safety, and Equipment Emergency. There is limited HVAC and plumbing work including a water wash-down system for deck maintenance and the appropriate drainage systems to existing sanitary and/or storm sewerage. Lighting in the Parking Structure will be primarily by LED lighting for energy efficiency and long-life benefits. For safety and security, there will be emergency "Talk-a-Phones at each level in each of the two stairwells. The Parking Structure will NOT be served by an emergency generator. Since the Parking Structure is an open-style structure, a fire suppression (sprinkler) system is NOT required. An elevator recall Fire Alarm system will be integrated with Building 111's FA system from the new Parking Structure. There are some utility (storm sewer, electric light pole service) relocations as a part of this project. There are WE Energies main electrical service feeds in the project vicinity, but at NO POINT should this project have to perform any main electric utility relocation work (already completed via separate contracts). Significant geotechnical investigations have already been undertaken and are part of the contract documents. Warehouse Way will formally become a dead end right-of-way and will not intersect with Lincoln Drive. There is minimal landscaping work on this project outside of a drainage swale and a storm-water retention basin north of the Parking Structure. This structure is located in the sightlines of a National Historic Landmark District. The design of this Parking Structure was required to meet standards imposed by the National Park System, Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation. This structure is located in the sightlines of a National Historic Landmark District. The design of this Parking Structure was required to meet standards imposed by the National Park System, Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation. Energy Efficiency Requirements: Federal Executive Order #13423 requires all energy efficient materials, equipment and systems to be evaluated and, if feasible, incorporated into V.A. projects. The A/E, prime contractor, and all subcontractors shall cooperate with the Federal Government in specifying, evaluating, documenting, purchasing, and installing energy efficient equipment that meet basic energy efficiency criteria established by the V.A. The Criteria can be defined as comparing total energy savings to total life cycle cost of the equipment. To accomplish this objective, the A/E shall produce an Energy Equipment Schedule comparing a description of each standard piece of equipment (or system) vs. a description of recommended efficient equipment (or system); including the estimated purchase price, estimated cost to install, maintain, and operate the equipment as well as the estimated annual energy usage and estimated useful life for each piece of equipment (or system). All design and installation will be in accordance with current VAMC, HVAC design guides, NEC, NFPA, ASHRAE 90.1, state, local, and all VA and federal codes. Provide energy savings equipment and design modifications for current energy usage to the most efficient and economical level possible. The NAICS code for this procurement is 236220 with a size standard of $36.5 million dollars. The project magnitude range is between $5,000,000 and $10,000,000. This procurement is a 100% set-aside for CVE-Verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB)- per the authority 38 U.S.C. 8127 (Public Law 109-461). In accordance with VAAR 819.7003(b), offerors must be a current CVE verified vendor at the time of submitting an offer. Pursuant to Public Law 109-461, Solicitation VA69D-16-B-0397 will be issued as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-aside. In order to be considered for award, the contractor shall be CVE-Verified as an SDVOSB vendor in https://www.vip.vetbiz.gov by the date and time specified for receipt of proposals. No other sources will be considered. All interested parties shall have a current registration and current annual On-line Representation and Certifications Application (ORCA) in the System Award Management (SAM) database https://www.sam.gov/prtal/public/SAM prior to award. This Pre-Solicitation notice is NOT a request for proposals or submittals of any kind. The VA plans to issue the official solicitation VA69D-16-B-0397 on or about 11 April 2016. The solicitation will be posted to https://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16B0397/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-16-B-0397 A00001 VA69D-16-B-0397 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2636547&FileName=VA69D-16-B-0397-A00001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2636547&FileName=VA69D-16-B-0397-A00001000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-16-B-0397 A00001 VA69D-16-B-0397 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2636547&FileName=VA69D-16-B-0397-A00001000.docx)
- Place of Performance
- Address: Clement J. Zablocki VAMC;5000 W. National Avenue;Milwaukee,WI
- Zip Code: 53214
- Zip Code: 53214
- Record
- SN04063269-W 20160327/160325234600-a34afc2ca5cdfdfd949b2d8a9dea0ff0 (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 |