DOCUMENT
Y -- Construction Project "Expand 10A CLC" IFB being completed sealed bid/lowest price. - Attachment
- Notice Date
- 7/13/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
- ZIP Code
- 31021
- Solicitation Number
- VA24716B0789
- Response Due
- 8/26/2016
- Archive Date
- 8/31/2016
- Point of Contact
- Yvonne Demorest
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- "Expand 10A Community Living Center (CLC)" The Carl Vinson VA Medical Center located at 1826 Veterans Blvd, Dublin, GA 31021, intends to issues Invitation for Bids (IFB) for construction project #557-381 known as "Expand 10A Community Living Center (CLC)" on or about the week of July 25, 2015. Unless additional notice is given or this notice is modified, the full solicitation will be posted on FedBizOpps www.fbo.gov. Applicable NAICS: 236220 - Size Standard $36.5M. Project magnitude is between $5,000,000.00 and $10,000,000.00. STATEMENT OF NEED Project 557-381 "Expand 10A CLC" will construct a 16,852 gross square foot (gsf) addition onto the existing Community Living Center (CLC) Bldg 10A at the Carl Vinson VAMC Dublin Ga. Construction will provide 15 additional, single occupancy beds to the CLC neighborhood, allowing for decompression of existing double occupancy beds. Project will also renovate 1,158 departmental gross square foot (DGSF) of the existing CLC. Twenty-nine (29) additional surface parking spots will be added. A porch/deck, with awning, will be constructed off existing CLC recreation/dining room. An outside bathroom will be added outside existing CLC building. APPLICABLE CONDITIONS The thirty-eight bed CLC on 10A supports patients with dementia. The units double occupancy patient room configuration and ward layout leads to crowding and a lack of privacy for the residents. There is an increased incidence of patient on patient violence due to this lack of privacy and crowding. The projects additional 15,182 Departmental Gross Square Foot (DGSF) will provide an additional fifteen (15) single bed occupancy rooms which will eliminate the Functional Inpatient Privacy (Substandard Bed) GAP. It decreases documented space GAPs in the NHCU/CLC area by 15,182 DGSF. The twenty-nine parking spots addresses part of the documented parking gap for the entire facility and provides parking for visitors and employees adjacent to the work area. COST Project magnitude is between $5,000,000.00 and $10,000,000.00. CAPABILITY OR PERFORMANCE The awardee will be responsible for the construction of the project in accordance with the drawings and specifications. Timely response and quality performance are of high importance. Contractors must have the management, technical capability, and resources to perform the contract requirements and meet the completion date. The contractor must demonstrate the ability to execute the construction contract with a highly qualified experienced team. DELIVERY OR PERFORMANCE-PERIOD REQUIREMENTS Performance of the construction contract is 365 calendar days from notice to proceed to completion. COMPETITION The IFB will be competed Full and Open after Exclusion of Sources (100% set-aside SDVOSB). Drawings and specifications will be provided to the contractors via www.fbo.gov. Award will be made based on sealed bids, lowest price. VETBIZ and the SBA both list sufficient certified SDVOSBs available to provide adequate competition for this acquisition. CONTRACT TYPE SELECTION This requirement will result in a Firm-Fixed-Priced (FFP) construction contract, IFB, IAW FAR Part 14. SOURCE-SELECTION PROCEDURES The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price. MANAGEMENT INFORMATION REQUIREMENTS A technical representative familiar with construction project management and individual project trades will be assigned by the Contracting Officer to monitor progress throughout the construction effort. The contractor will be required to provide a master schedule of activities shortly after contract award that will be compared to actual progress to assess the contractor's overall success. Progress payment requests will be evaluated using the schedule for each trade to ensure payments closely track with overall project completion estimates. A final inspection will be scheduled and documented prior to accepting an invoice for final payment. TEST AND EVALUATION The general contractor shall be responsible for performing all tests and evaluation deemed necessary for completion of project. All required tests and evaluations shall be provided to the Contracting Officer's Representative for acceptance. LOGISTICS CONSIDERATIONS The successful contractor shall maintain a quality control, safety control, and infection control plan in accordance with the specifications. Standard construction warranties apply. OTHER CONSIDERATIONS The Contracting Officer will ensure that the successful offeror does not appear on any federal list that would prohibit award, and ensure that all web based required submissions are active prior to award, such as VetBiz and SAM. Any offeror identified on any list prohibiting award will be determined ineligible for award. A bidder's mailing list will not be maintained, interested bidders should register in interested vendors section of this notice. Do not contract the Contracting Office for General Contractor information or potential bidders. This is a pre-solicitation notice synopsizing an upcoming IFB solicitation to satisfy the requirements of FAR 5.201 and 5.203. The Contracting Officer will not answer any questions pertaining to this notice until the IFB is issued. Questions resulting from the solicitation and pre-bid investigation will only be answered if received by Request for Information (RFI) via email. It is the responsibility of the bidder to monitor and download amendments from fedbizopps which may be issued to this solicitation. Construction shall utilize the VA Master Specifications found at www.cfm.va.gov/til/spec.asp. Other codes and standards are current editions of NFPA, OSHA, NSF and IBC.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DuVAMC557/DuVAMC557/VA24716B0789/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-B-0789 VA247-16-B-0789.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2867945&FileName=VA247-16-B-0789-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2867945&FileName=VA247-16-B-0789-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-B-0789 VA247-16-B-0789.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2867945&FileName=VA247-16-B-0789-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin, GA
- Zip Code: 31201
- Zip Code: 31201
- Record
- SN04181566-W 20160715/160713235225-d1402054dac107ca12722dccb3ac86cc (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 |