Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2019 FBO #6281
SOLICITATION NOTICE

Z -- Project # 689-10-121: OR Control System Replacement

Notice Date
2/1/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
36C24118R0419
 
Response Due
9/26/2018
 
Archive Date
1/3/2019
 
Point of Contact
marykay.chapman@va.gov
 
Small Business Set-Aside
N/A
 
Description
Contractor shall completely prepare the areas indicated for renovations for building operations, including demolition and removal of existing equipment, and furnish labor and materials and perform work for the OR Control System Replacement VA Project 689-10-121, at West Haven VA Medical Center, West Haven CT. Contractor shall provide the demolition and removal of existing structures, relocation of existing owners equipment, construction of new spaces and furnish labor and materials and perform work for the O.R. system Replacement for the existing third floor surgical space located at the West Haven VA Medical Center in accordance with the contractual terms and conditions, specifications and drawings, and applicable wage rates. Work includes, but is not limited to construction of O.R. Control System Replacement and related modifications and renovations to the existing 3rd floor surgical wing and operating room spaces as well as adjoining 2nd, 4th, 5th and 6th floor spaces located in Building 1. Additional work including providing temporary surgical units and related access corridors and services located adjacent to the building at the ground floor level is also part of the work. The work includes general demolition, excavation, temporary access, new construction, building alterations, concrete, mechanical, electrical, plumbing, fire protection, security systems, medical gas, commissioning, VPIH and telecommunications systems. In addition, modifications to existing roof and structure are included as well as certain other items are part of the work. The work will be done in a phased manner to permit certain existing and proposed temporary operating rooms to remain fully operational throughout the construction period. Therefore, the contractor shall assume that the majority portion of work will be performed outside of regular working hours (6:00 am 7:00 pm). The total project schedule is anticipated to be 16 months. It is expected that the contractor shall use the initial three months to perform field inspections and verifications, complete submittals including coordination submittals and to order all long lead items to ensure their timely delivery. It is expected that the contractor shall use the last month for final closeout and documentation. Therefore, is expected that the construction period and significant onsite activity will take place in the remaining 12 month period. The project will require the use of temporary operating room units. The contractor is responsible for all costs and charges relating to procuring, designing, installing, maintaining and removing of these units per the requirements of the VA. Additionally, a temporary access structure is required to provide access to these units. The contractor is responsible for all costs and charges relating to procuring, designing, installing, maintaining and removing of this structure per the requirements of the VA. Temporary connections to VA systems will be required for these facilities. The contractor is responsible for all costs and charges relating to procuring, installing, maintaining and removing of these temporary connections per the requirements of the VA. All costs for these temporary facilities, structures, and connections shall be included in the contractor s proposal. Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. The project range is $5,000,000 to $10,000,000. General building construction contractors have a size standard of $33.5  million in average annual receipts; the applicable NAICS code is 236220.   Award will be made on a best value continuum. Non-price evaluation factors will include management approach (i.e. ability to adhere to construction schedules, effective construction safety plan, and infection control procedures), and past performance (i.e. specialized experience in renovating Operating Room Suite renovations, to include HVAC and Control Systems replacement, Operating Room Shutdowns, Multiple shutdowns for Utilities, Phasing and temporary OR s.) The solicitation package will be available on or about February 19, 2019. The date for receipt of offers is scheduled for March 19, 2019 at 1:00pm EST. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue at the following website: http://www.fbo.gov. Any amendments to the solicitation will be posted solely to this web site. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) https://www.vip.vetbiz.gov//. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/36C24118R0419/listing.html)
 
Place of Performance
Address: VAMC West Haven;950 Campbell Ave;West Haven, CT
Zip Code: 06516-2770
Country: USA
 
Record
SN05209701-F 20190203/190201230006 (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.