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
MODIFICATION

Z -- 589-369, Renovate Emergency Department Phase IIB

Notice Date
2/1/2019
 
Notice Type
Modification
 
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
36C25519R0045
 
Response Due
3/22/2019
 
Archive Date
6/20/2019
 
Point of Contact
913-946-1146
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Announcement Supersedes the Previous Announcement dated 01/31/2019 ** Denotes Change** The Department of Veterans Affairs, VISN 15 has a requirement to Renovate Emergency Department Phase IIB located at the Kansas City VA Medical Center, 4801 East Linwood Blvd Kansas City, MO 64128. The general scope of work for the Project: The following Narrative is intended to provide an overview of the scope of work of the proposed project at the Kansas City, MO VA Medical Center: Work includes general construction, alterations, finishes and necessary removal/replacement of existing structures, construction and certain other items to renovate and reconfigure the existing space (approx. 2,200 sq. ft.), currently unoccupied/occupied by the Emergency Department. This renovated space will include 3 new Treatment Rooms, 1 Triage Room, a Nurses Station for 3 Nurses, a Reception/Check-in space with available seating for 3, a Nourishment Room, a Bio-Med Closet, a Shower/Toilet facility and Electrical Room to allow for the relocation of the primary electrical panel in this area of the Hospital. Headwalls are to be provided in each Triage, Treatment and Observation Room. Each of those rooms are to each have a patient lift and ceiling mounted privacy curtain along with other functional items as listed in the construction documents. The Contractor will be required to provide in-wall, in-ceiling or other supports for Furniture, medical equipment  devices and miscellaneous equipment as layouts describe.     Provide and install all Electrical Demolition, Electrical New Work, Mechanical Demolition, Plumbing Demolition, Mechanical New Work, Plumbing New Work, Fire Protection New Work as indicated on the drawings and specifications. This project will identify asbestos conditions and construction procedures for working around lead-based paint found within the limits of the project and any abatement work requiring   the removal of such hazards. During the asbestos removal process, an Industrial Hygienist will be provided on a limited basis by the VA, through the A/E contract, to conduct air monitoring of the general construction removal process. The construction area will be required to be approved by the Industrial Hygienist prior to continuing with new construction processes. ** The Estimated project cost range to complete this work is between $1,000,000.00 and $2,000,000.00. ** 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 (Commercial and Institutional Building Construction), with a small business size standard of $36.5 million. Contract Type: Firm Fixed. The duration of the project is estimated to be 180 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing Best Value with Tradeoff 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, VetBiz Registration, prospective contractors must be registered in SAM and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vetbiz.gov. The solicitation package with the specifications and drawings should be available for download on or about February 15, 2019 and the proposal due date will be on or about March 22, 2019. An organized site visit will be scheduled and specific date and time 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 David.Sterrett@va.gov and ensure that the subject line reads " Renovate Emergency Department Phase IIB, Project Number 589-369; Solicitation Number: 36C25519R0045. 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/LeVAMC/VAMCKS/36C25519R0045/listing.html)
 
Place of Performance
Address: Kansas City VA Medical Center;4801 Linwood Blvd.;Kansas City, MO
Zip Code: 64128
Country: USA
 
Record
SN05210346-F 20190203/190201230033 (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.