SOLICITATION NOTICE
Y -- Renovation 6B for New Dialysis at the Albany Stratton VA Medical Center
- Notice Date
- 7/16/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS18B0029
- Point of Contact
- Monica Chahary, Phone: 9177908182, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The U.S. Army Corps of Engineers, New York District, intends to issue a solicitation package seeking to award a firm fixed-price construction contract through the sealed bidding process for the renovations to an existing facility, Renovation 6B for New Dialysis at the Albany Stratton VA Medical Center. The facility is owned and operated by the Department of Veterans Affairs. The first phase of the project consists of the safe and coordinated replacement of two air handlers on the 11th floor B-wing, which serve four inpatient bed wards (7B, 8B, 9B, 10B), and extending new ductwork to include the 6th floor B-wing. The second phase of the project consists of the total demolition and renovation of the 6th floor B-wing for a new Chronic Dialysis unit. Work will include: renovation of dialysis rooms, isolation rooms, nurse stations, sterile storage and clean holding rooms, reverse osmosis water treatment system, exam rooms, staff rooms, mechanical and electrical equipment rooms with the associated building infrastructure systems, rooftop mechanical space, and other supporting areas. The selective structural renovation will consist of modification and augmentation of the existing steel and reinforced concrete superstructure. While most of this project is fully designed, there are some aspects that are performance based where the Government will require a design submission from the bidder prior to start of construction. The total SF for the project is approximately 15,000 SF. The Albany Stratton VAMC facility will remain operational during construction so close coordination, phasing, and ICRA will be required. The period of performance for this project is 365 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Federal Business Opportunity website at www.fbo.gov. The applicable North American Industry Classification System (NAICS) code is 236220 for Commercial & Institutional Building Construction. The estimated construction cost magnitude is between $3,500,000 and $7,000,000. This procurement is being solicited as 100% set aside for Small Business only, for Service-Disabled Veteran-Owned Small Business (SDVOSB). It is anticipated that the plans and specifications will be posted electronically on or about 01 August 2018 via the Federal Business Opportunity website at www.fbo.gov, with a bid opening approximately 30 days later. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Bidders are required to be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/. Award will be made to the lowest responsible bidder. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact Monica Chahary, Contract Specialist, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: (917) 790-8182. E-mail: monica.c.chahary@usace.army.mil, and nydcontracting@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18B0029/listing.html)
- Record
- SN04993808-W 20180718/180716231334-a3a23e7f5804750ffe61a75e881c4e75 (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 |