Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
DOCUMENT

C -- Repair Boiler Plant Chimney (PN 589A5-17-130), TOP - Attachment

Notice Date
10/21/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517N0044
 
Response Due
10/28/2016
 
Archive Date
1/26/2017
 
Point of Contact
Dr. Glen Welch
 
E-Mail Address
glen.welch@va.gov
(glen.welch@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Title: Repair Boiler Plant Chimney, Project 589A5-17-130, Colmery-O Neil VA Medical Center, Topeka, KS, 66622-0001 Solicitation Number: VA255-17-N-0044 Agency: Department of Veterans Affairs Office: Network Contracting Office 15 Location: 3450 S. 4th Street Trafficway, Leavenworth, KS 66048 Type of Notice: Sources Sought Posted Date: 10-21-2016 Response Date: 10-28-2016 Archive Date: 90 days Set Aside: Service-Disabled Veteran Owned Small Businesses Classification Code: C-Architect and Engineering services NAICS Code: 541310 Architectural Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The NCO 15 Contracting Office is conducting a market survey for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) capable of providing the required services outlined below for the VA Medical Center located in Topeka, Kansas. Applicable NAICS code is 541310 size standard $7.5 million. Responses to this notice must be submitted in writing (email preferred) and received no later than October 28, 2016 by 2:00pm CST. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. Scope of project: Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to, advance planning and design of the Repair Boiler Plant Chimney project and construction oversight (including final as-built drawings) at the Colmery-O Neil VA Medical Center in Topeka, KS. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Medical Planners; Structural, Mechanical, Geo-technical, Communication (voice & data), Plumbing, and Electrical Engineers; Fire Protection Engineer, Lean Consultant; Interior Designers; and Cost Estimators with experience in the programming, planning and design of a Medical Center or similar complex healthcare project. This project will include: The contractor shall address the repair of the mortar joints with deteriorated and weathered mortar. Contractor shall replace rusted steel tension bands, and step irons. The contractor shall replace and repair the exterior lightning protection system. The contractor shall repair all hair line cracks replacing damaged bricks. The contractor shall remove and replace all shifted brick work on exterior of chimney column. The contractor shall repair the weathering of concrete surfaces. Contractor shall repair the concrete water table atop chimney base and breeching corbel. The contractor shall replace all displaced concrete. Window replacement for all windows on building 40 boiler plant, and building 41 HVAC and Electrical shop. Building 40 boiler plant deaerator replacement rated at 50,000 PPH and all associated equipment. Examine the existing conditions and the proposed changes and will design the alterations to comply with all federal, state and local requirements. The A/E shall examine the overall construction plan and make suggestions to minimize disruptions. The A/E will thoroughly survey the existing conditions of the facility and provide all necessary input to provide a superior product to the VA Medical Center. The A/E will investigate options available to determine the most cost effective way to provide a desirable finished product. The A/E will provide a design solution that will include a written report containing a description of the proposed construction, a listing of significant existing conditions and a description of utility systems and structures, with comments on their adequacy and recommendations. Design shall consist of creating specifications, drawings, phasing scheme, visualizations, cost estimates, and other requirements to ensure that IPT needs are met within the scope of the project. Solicitation/pre-bid phases shall require the contractor to provide information for bidders through RFIs, issue revised construction documents as needed, and be present for all meetings during this phase. Construction period services shall consist of the contractor reviewing and approving submittals, responding to RFIs, as-built drawings, oversight, and update of current electrical, plumbing, and space with changes due to this work. It is expected that industrial hygiene, civil, structural, geotechnical, mechanical, plumbing, electrical, cost estimating, and architectural services shall be required to design and provide construction period services for this project. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $25,000 and $100,000. The North American Industrial Classification System (NAICS) code is 541310, Architectural Services, small business size standard of $7.5M in average annual receipts for the preceding three years. Interested firms must be registered in https: www.SAM.gov and qualified as a small business under this NAICS code. Qualified service disabled veteran owned businesses are encouraged to respond and register in the VetBiz registry http://www.va.gov/osdbu/ on or before the response date. The response to this notice shall be in summary format and shall not exceed ten (10) pages and include the following: Company name, DUNS number, social economic category (small business, SDVOSB, 8(a), etc.), address, point of contact, telephone number and email address, sample information on same or similar type projects completed, and bonding capacity. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by2:00 PM CST on October 28, 2016 via email to the Contracting Officer at glen.welch@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 589A5-17-130, Repair Boiler Plant Chimney AE Design" IN THE SUBJECT LINE or cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the FBO website at https://www.fbo.gov. The FBO website is the only official site to obtain these documents. Contracting Office Address: Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street Trafficway, Leavenworth, KS, 66048 Point of Contact(s): Dr. Glen Welch, Contracting Officer, Glen.Welch@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517N0044/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-N-0044 VA255-17-N-0044.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3068869&FileName=VA255-17-N-0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3068869&FileName=VA255-17-N-0044-000.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: Colmery-O'Neil VA Medical Center;2200 SW Gage Blvd.;Topeka, Kansas
Zip Code: 66622-0001
 
Record
SN04310030-W 20161023/161021233812-34ce68a3e50d6b7e8d679f389d3d75f3 (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.