DOCUMENT
Y -- CLC DOOR REPLACEMENT BUILDING 221 TEMPLE, TEXAS - Attachment
- Notice Date
- 3/31/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office, NCO17;Central Texas Veterans HCS;2002 Scott Blvd;Temple TX 76504
- ZIP Code
- 76504
- Solicitation Number
- VA25716B0861
- Response Due
- 5/26/2016
- Archive Date
- 9/2/2016
- Point of Contact
- Joyce Mills
- E-Mail Address
-
joyce.mills@va.gov
(joyce.mills@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- INFORMATION ONLY: Pre-Solicitation Notice: The Central Texas Veterans Health Care System (CTVHCS), Network Contracting Office, NCO17 anticipates awarding a Firm-Fixed-Price construction contract to CLC Door Replacement Building 221 Project No. 674-16-003, located at the Olin E. Teague VA Medical Center, 1901 S. 1st Street, Temple, Texas 76504. The method of procurement shall be an Invitation for Bid (IFB) in accordance with the procedures set forth in Parts 14 and 36 of the Federal Acquisition Regulation (FAR), with an anticipated "approximate" issue date of April 14, 2016 and a projected bid due date of May 27, 2016. The project includes, but is not limited to the following; contractor shall completely prepare site for building operations, including all demolition and removal of existing structures, to prepare the site for the required project per the Scope of Work (SOW) and drawings. Work includes general construction, alterations, providing all labor, equipment, materials, tools, and supervision needed to uninstall all existing door openers and related equipment on all doors that are indicated in the construction drawings. The contractor shall also provide all labor, equipment, labor, tools, and supervision needed to install new openers on both door leafs (where applicable). Building 221 A, B, C, & D 1st Floors: 1.Demo existing door openers and associated equipment on both sets of doors in the entry vestibule. 2.Install new door openers on both sets of doors in entry vestibule. New openers shall open both leafs on both sets of doors. Doors are to be set on a time delay to prevent both sets of doors from opening at the exact same time. Exterior doors of the vestibule are to remain lockable. 3.Demo existing patio doors and enclose opening with 48" automatic sliding door. Sliding door to be operated by push button located both inside and outside of the building. 4. Demo existing 42" solid wood doors and metal frames that are between the connecting wings (A&B, C&D). Door to be replaced with new 48" door. New door to have the same fire rating and features as demolished door. All devices (nurse call, wander guard, fire pull, etc.) shall be removed/ relocated as needed. Contractor is to coordinate any disconnections and reconnections of equipment with the appropriate party (Simplex, etc.). Panic hardware from existing door is to removed and installed on new door if applicable. These doors are part of the fire wall component between the wings and shall be completed inside of the same day. 5.Install air curtains above all newly installed 48" sliding doors installed at the patio openings Building 221 A, B, C, & D 2nd Floors: 1. Demo existing 42" solid wood doors and metal frames that are between the connecting wings (A&B, C&D). Door to be replaced with new 48" door. New door and frame to have the same fire rating and features as demolished door. All devices (nurse call, wander guard, fire pull, etc.) shall be removed/ relocated as needed. Contractor is to coordinate any disconnections and reconnections of equipment with the appropriate party (Simplex, etc.). Panic hardware from existing door is to removed and installed on new door if applicable. These doors are part of the fire wall component between the wings and shall be completed inside of the same day. General Requirements 1.Follow the infection control requirements. 2.All new doors and frames to have the same fire-rating as the existing doors. 3.All automatic sliding doors shall have air curtains. 4.All damage to floors, walls, ceilings, or any other VA property to be repaired/ replaced by the contractor. 5.Contractor shall be responsible for all construction debris removal. The contractor shall provide their own dumpster as needed. 6.Doors that are scheduled to be removed and replaced shall be done so within the same day for security and fire protection purposes. 7.Door construction and materials of new doors shall match the existing doors and frames. Building No. 221 will be occupied during performance of the project work. All work shall be performed during normal working hours, Monday - Friday, 7:30am - 5:00pm. The entire project is to be completed within 120 days from issuance of the Notice to Proceed (NTP). Work shall commence within 10 calendar days from issuance of the Notice to Proceed (NTP). The contractor shall be responsible for all site prep, demolition and new work which shall be subject to VA approval at designated project milestones. It is anticipated that night, weekend, and possible federal holiday(s) work will be required for certain portions of the project. Work at the Government site shall not take place on nights, weekends, and/or federal holidays unless otherwise coordinated through the Contracting Officer's Representative (COR) and authorized by the Contracting Officer (CO). A Pre-Bid Visit will be scheduled to allow offerors to become fully acquainted with existing site conditions and scope of work. It is Contractor's responsibility to field verify prior to bid all existing condition, devices, equipment, cable, doors measurements and areas provided in scope of work. The Pre-Bid Site Visit is not mandatory but attendance is strongly recommended. This requirement is a competitive offer, Set Aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). The applicable NAISC code is 236220, $36.5 Mil. The magnitude of the construction estimated cost range: $100,000.00 - $250,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACTHCS674/VACTHCS674/VA25716B0861/listing.html)
- Document(s)
- Attachment
- File Name: VA257-16-B-0861 VA257-16-B-0861_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2647044&FileName=VA257-16-B-0861-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2647044&FileName=VA257-16-B-0861-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-16-B-0861 VA257-16-B-0861_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2647044&FileName=VA257-16-B-0861-000.docx)
- Place of Performance
- Address: CTVHCS;OLIN E. TEAGUE VAMC;1901 S. 1ST STREET;TEMPLE, TX
- Zip Code: 76504
- Zip Code: 76504
- Record
- SN04069200-W 20160402/160331235303-48bae14aa4108738eec0f77e3353a109 (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 |