Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
DOCUMENT

Z -- Renovate Vacated Ward 6 Surgery Project #589A4-16-102 - Attachment

Notice Date
3/1/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25518R0283
 
Response Due
4/16/2018
 
Archive Date
7/15/2018
 
Point of Contact
Jeanette G Mathena
 
E-Mail Address
6-1129<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contractor shall completely prepare site and furnish labor and materials and perform work for project: Renovate Vacated Ward 6 Surgery, project number: 589A4-16-102 as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. This project is the partial renovation of the 6th floor of Building 1 at the Harry S Truman VAMC Columbia Missouri. This project is the partial renovation of the 6th floor of Building 1 in the vacated Surgery Ward area. This work will include demolition, architectural, mechanical, plumbing, fire protection and electrical and is anticipated to be completed in one phase. There is an adjacent separate 6th floor Building 1 project in the vacated ICU area that has been awarded and may or may not be under construction or completed at the same time. The ICU space has been clearly noted on the CD s as to keep the project scopes separated. It is the bidding contractor s responsibility to review and understand all that is required for the success of this project. Construction Documents and Specifications are provided, should any questions arise it is the contractor s responsibility to requires more information. See the VA s full policy and procedures for bidding. The scope of work includes but is not limited to the summary that is to follow: This project is for the completion of administrative offices for hospital staff. The Executive Leadership Team (ELT) and the Credentialing department suites will be constructed in this project. The project includes departmental program items including: private offices, open offices, reception, team rooms, work/copy rooms, and individual suite coffee stations. Throughout the remainder of the floor, the program includes a public break room, vending, a shared conference room, and public multi-user male and female restrooms. Additionally, the program includes an Executive Leadership Team Conference Room / Crisis Command Center, IT closet, and storage. The project area is a near complete demolition of all existing floor finishes, interior partitions, doors, fixtures, equipment, MEP, FP, and various other items addressed in the Construction Documents. The VA will be responsible for moving all furniture items out of the project area prior to construction and will identify and existing fixtures, lights, doors, etc. that they would like to salvage from the area. It is anticipated that this project is to be completed in one phase. All emergency egress from the space must be maintained. The proposed interior finishes include sheet vinyl flooring, metal stud partitions, lay-in and drywall ceilings, hollow metal doors and sidelites, restroom finishes, and specific finish selections based on the Interior Finishes Master Plan issued in April 2015 which is the medical center s standard for interior finishes. The project also consists of exterior work involving the rooftop penthouse and exterior rooftop ducts. Removal of existing precast concrete louver panels for the installation of vertically mounted exterior ducts. Exterior Insulation Finishing System (EIFS) coating on exterior brick and painted ducts to match existing precast concrete louver panels, roof duct penetrations, and flashing are also included in this scope of work. Hazardous Abatement has not been documented by the Architect/Engineer design team; the VA will provide documentation regarding preferred abatement contractors. The project also consists of Mechanical, Plumbing, Electrical, Medical Gas, Fire Protection, and Structural work. The Mechanical work includes replacement of all ductwork, VAV boxes, controls, hot water piping, diffusers, grills and exhaust fans within the project limits. HVAC work will be integrated into the existing DDC system. Electrical work includes new power systems including life safety power, tel/data wiring & devices, new lighting, PA speaker systems, fire alarm, IP cameras and security systems. Plumbing work includes new sinks and faucets in casework. Fire protection work includes modifications to the existing wet pipe sprinkler systems and associated alarm work. This includes new sprinkler heads. Structural work includes cutting openings in existing concrete deck at the roof and penthouse wall for new ductwork penetrations. Miscellaneous lintels for masonry work is required. The Estimated range to complete this work is $2 million to $5 million. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220(General Construction Contractors), with a small business size standard of $36.5 million. The duration of the project will be up to 270 calendar days from Notice to Proceed depending on bid item awarded. This completion period includes final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration, prospective contractors must be registered in SAM and in the VIP databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VIP information at http://www.va.gov/osdbu. The solicitation package and drawings should be available for download on or about March 16, 2018 and the proposal due date will be on or about April 15, 2018. An organized site visit will be scheduled and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Jeanette.Mathena@va.gov and ensure that the subject line reads " Renovate Vacated Ward 6 Surgery, project number: 589A4-16-102, Solicitation Number: 36C25518R0283.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0283/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25518R0283 36C25518R0283.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4120366&FileName=36C25518R0283-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4120366&FileName=36C25518R0283-000.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: Harry S Truman VAMC;800 Hospital Drive;Columbia, Misouri 65201
Zip Code: 65201
 
Record
SN04838875-W 20180303/180301230819-6a6afb609e75f0cb686eacd0070c67bd (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.