DOCUMENT
Y -- VAMC Perry Point CLC, Perry Point MD Postponement of issuance of solicitation and site visit for July 12, 2018. - Attachment
- Notice Date
- 7/10/2018
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Ste 420;Silver Spring MD 20910
- ZIP Code
- 20910
- Solicitation Number
- 36C10F18R0556
- Response Due
- 8/8/2018
- Archive Date
- 9/7/2018
- Point of Contact
- Nancy Kebe
- Small Business Set-Aside
- N/A
- Description
- This notice serves as an amendment to the Pre-Solicitation Notice posted on 6-18-18, to postpone the issuance of the solicitation and site visit scheduled for July 12, 2018. The Department of Veterans Affairs (VA), Office of Construction and Facilities Management, has a requirement to replace the existing Community Living Center (CLC) currently located within the Veterans Affairs Medical Center (VAMC) at Perry Point, MD. The scope of this contract will include construction of an approximately 172,000 square foot 155-bed space Community Living Center designed for the Veterans at this location. The new Community Living Center will feature thirteen houses as well as a Community Center building to accommodate the CLC program support areas providing care for Dementia, Hospice, Rehabilitation, Short Term and Long-Term Care Residents. The CLC is designed to promote independence and resident choice in a home-like setting. Fully handicapped accessible houses will allow easy access to secure outdoor living areas in the home s backyard, courtyard or front porch breezeway. The design of the homes will provide incredible views to the backyard, Susquehanna River and Chesapeake Bay as the houses are situated along two levels terraced on the site. The project design was developed around the Planetree Concept creating an environment which is organized first and foremost around the needs of the Veterans. NOTE: This project was previously bid back in November of 2016; the following items have been removed from the scope of the project: The connecting Corridor/ Tunnel, Photovoltaic and Geothermal Well Field and Building 321A. A number of other modifications to the project have been made including, but not limited to, Construction Type of the single story houses has been revised to Type V cold formed steel framing, Emergency generator redundancies, HVAC Systems, Exterior wall construction, Reduction in the amount of brick, Utilize utility size brick in lieu of modular brick, Elimination of the quantity of windows in the mall and Simplified cornice detail, just to name a few. This procurement is being advertised as full and open/unrestricted and is to be competed as Solicitation Number 36C10F18R0556. The Magnitude of Construction for this project is $50,000,000-$100,000,000. The applicable North American Industry Classification System (NAICS) is 236220 and the small business size standard is $36.5 Million. The approximate Construction Duration will be 913 calendar days after the issuance of the notice to proceed. The contractor shall provide all labor, materials, transportation, supervision, supplies and tools necessary to complete the work. NOTICE TO PRIME (GENERAL) CONTRACTORS: The Prime Contractor must be registered in the System for Award Management (SAM) database at http://www.sam.gov at the time of submission of its offer. SOLICITATION and AMENDMENTS: Request for Proposal will be issued on or about August 2018. Prospective Offerors must obtain copies of solicitation documents from FedBizOpps. By registering at FedBizOpps (http://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fbo.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. PRE-PROPOSAL CONFERENCE: TBD, will be announced in the solicitation. Location: onsite at the VAMC in Perry Point, MD (Map attached). Date: TBD Time: 9:30am Place: Building 82H There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposals will be evaluated and awarded utilizing the Best Value/Trade Off method per FAR Part 15. Offerors are advised that award may be made without discussion. If you have any questions, please contact Nancy Kebe at nancy.kebe@va.gov. In the subject line of any e-mail sent, identify: VAMC Perry Point CLC PERRY POINT, MD 36C10F18R0556.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/36C10F18R0556/listing.html)
- Document(s)
- Attachment
- File Name: 36C10F18R0556 36C10F18R0556_8.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4468440&FileName=36C10F18R0556-014.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4468440&FileName=36C10F18R0556-014.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10F18R0556 36C10F18R0556_8.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4468440&FileName=36C10F18R0556-014.docx)
- Place of Performance
- Address: VAMC Perry Point, MD
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN04985894-W 20180712/180710231439-691447436fee6292fe0fe181921ec6fa (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 |