Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

Z -- Expand and Upgrade Building 42 for Laboratory

Notice Date
5/26/2020 6:40:26 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520R0073_1
 
Response Due
7/15/2020 12:00:00 PM
 
Archive Date
10/14/2020
 
Point of Contact
Maria Hoover
 
E-Mail Address
Maria.Hoover@va.gov
(Maria.Hoover@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Notice 36C25520R0073_1 Project: ��������������������� Expand and Upgrade Building 42 for Laboratory Project Number: ������� 657-502 The Marion VA has a requirement to Expand and Upgrade Building 42 for Laboratory located at� the VA Medical Center Campus.� The contractor will provide all labor, materials, tools, equipment, supervision and completely prepare site to perform work for project # 657-502 � Expand and Upgrade Building 42 for Laboratory as required by the drawings and specifications. GENERAL SCOPE OF WORK: �GENERAL CONSTRUCTION: Work includes general construction, alterations, roads, walks, grading drainage, necessary removal of existing structures and construction and certain other items. Contractor shall completely prepare the site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for expanding and upgrading Building 42 for Laboratory Addition, VA Project 657-502 as required by the drawings and specifications. This project is a laboratory addition to the existing Building 42 on the ground floor of the Marion VA Medical Center. The footprint of the addition is designed to avoid conflict with an existing steam tunnel to the south, existing emergency power feeder at the southeast corner and exiting electrical and signal vaults at the west. The addition is a three-story building approximately with 10,500 SF of ground floor functional space with a floor to floor height of 17�-2 ��. The 1st floor is 8,500 SF interstitial space for mechanical use only with a floor to floor height of 18�-7 ��. The basement floor is unfinished except for the tunnels on the north and west perimeter. The north tunnel replaces the previous tunnel that connects the CLC building to building 42. The west side of the basement is a ramped corridor to connect the north tunnel down to the basement. The southwest exterior entrance is through a 2-hour rated stair/elevator shaft at the landing level between the basement floor and the ground floor. The function of the south side of the ground floor addition is medical lab space.� The south half of the building is separated from the north half with a 1-hour smoke barrier. The north side of the building includes a phlebotomy lab with waiting to the west and administrative offices to the east. The west side of the ground floor is a connecting corridor between the new south exterior entrance and the end of the existing corridor in Building 42. Interior renovations are limited to material transitions at corridors on the Ground floor and Basement Floor tunnel from new to existing construction. The existing laboratory department and phlebotomy clinic will remain in operation for the duration of the Lab addition construction. Demolition is to include removing structures that currently occupy the planned footprint of this building including the existing tunnel, exterior stair and rails and landscaping retaining walls. Existing EIFS is to be removed where the new addition is to abut existing building. The existing entry will serve as the connection point between the new addition and the existing corridor. The existing exterior doors and overhang will be removed to allow for new construction. Hazardous material abatement includes limited mold in the existing EIFS at some areas of the project. The building is a fully sprinklered, type IIA with a primary occupancy classification of I2, institutional. The total occupancy of the addition is 175. Except for the stair tower, the exterior shell is light gauge 6"" metal studs with 2"" EIFS to match existing. The stair tower is comprised of load bearing CMU. The south and east side of the ground floor will have a 12'-2"" Aluminum frame curtain wall with insulated glass rated for blast resistance. The building is supported with a steel frame. The roof level will be supported with steel beams and composite deck of concrete on metal deck to allow for a future 2nd floor. The steel frame structure has been designed to support a fully occupied 2nd floor. Built up insulation and roof membrane are to be installed on the roof concrete and sloped to internal roof drains. Functions of the main lab include Histology, Acid Base, Microbiology, Microbiology Support, Blood Bank and Main Lab with (chemistry, hematology and urinalysis equipment). Specific The medical lab includes medical grade metal cabinets with phenolic counter tops and various laboratory equipment to support the lab's functions. Specific spaces also include offices, waiting, conference rooms, break room and various support spaces for phlebotomy services.� An emergency exit is accessed through the main lab to an exterior stair at the east side of the building. The Mechanical work includes all new AHU located in the 1st floor interstitial space and new ductwork and diffusers to accommodate the new floor plan. New supply pressure independent variable air volume (VAV) terminal boxes with hot water reheat coils will be installed. The equipment and space conditions will be monitored with direct digital controls (DDC).� The plumbing work includes 4 single user restrooms and sinks throughout the lab and phlebotomy. There is existing medium power/primary electrical feeder being relocated around the new building and new electrical manholes being added to accommodate the relocated feeders.� The existing Emergency Power will remain. The location of the existing Emergency Power, Electrical Manholes and existing Steam Tunnel to remain is noted on the drawings. The new building addition is to be constructed very near these existing utilities so General Contractor shoring may need to be considered to protect the site. The Civil work includes the demolition of the existing asphalt roadway and base, existing curb and gutter, concrete sidewalks, existing retaining walls, existing landscaped areas and trees, existing light poles, and the existing stairs along the east and south west side of building 42. This project will also require the relocation of existing utilities to accommodate the building 42 addition, including the relocation of an existing sanitary sewer by direct boring under the existing pedestrian tunnel and new storm inlets and piping. The project will also include the construction of a new parking lot on the east side of the site along with adjacent sidewalks to allow for pedestrian travel around the parking lot. The existing NHCU Drive will be relocated to the east and incorporated into the new parking lot. The site work will also include grass seeding of all disturbed areas that are not to be paved or building areas. Erosion and sediment control will also be provided as part of the project. The combined roadway profile will include 8� concrete pavement on 4� compacted aggregate base. The roadway and sidewalk design will be in accordance with the VA and all related accessibility (ABA/ABAAS) standard. END OF SCOPE OF WORK. This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns, or in the alternative, a tiered evaluation for Veteran Owned Small Business VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. The project cost range is between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $39.5 million. The duration of the project is estimated to be 455 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 236220. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary.�� The offeror is responsible to monitor and download any amendments from the Beta SAM Business Opportunities (https://beta.sam.gov/) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database under the applicable NAICS.� Firms may obtain SAM- information at http://www.SAM.gov and VIP information at https://www.vip.vetbiz.gov. The solicitation package and drawings should be available for download on or about June 9, 2020 and the proposal due date will be on or about July 15, 2020. 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 maria.hoover@va.gov and ensure that the subject line reads ""Expand and Upgrade Building 42 for Laboratory� Project 657-502, Solicitation No. 36C25520R0073�.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c26495de74241c1900746cc780ed120/view)
 
Place of Performance
Address: Marion, IL 62959, USA
Zip Code: 62959
Country: USA
 
Record
SN05670214-F 20200528/200526230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.