Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
MODIFICATION

Y -- VA West Haven, CT, Mental Health Renovations

Notice Date
6/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ11X0017
 
Response Due
6/24/2011
 
Archive Date
8/23/2011
 
Point of Contact
Susan Dunnagan, 978-318-8060
 
E-Mail Address
USACE District, New England
(susan.k.dunnagan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RESPONSE DATE CHANGED TO JUNE 24, 2011. The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project at the Veterans Affairs Medical Center (VAMC) in West Haven, Connecticut to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran Owned, and Small Business concerns as described below. The NAICS code for this procurement is 236220. The estimated construction cost is between $5,000,000 and $10,000,000. The project is planned to be issued on or about 15 July. This procurement is being considered as a Lowest Price/Technically Acceptable Request for Proposal. The project scope of work includes the gut renovation of the existing entire 8th floor in Building 1 Main Hospital to create a new Mental Health Unit. The existing area planned for renovation is currently a combination of administrative and mental health space. The renovation will create a new In-Patient Mental Health Unit that will house 31 patient beds in new single and double bedrooms with bathrooms. Strict adherence to Veterans Affairs Connecticut Healthcare Systems' (VACHS) Infection Control and Interim Life Safety Measures Policies are required throughout all phases of the work. The scope of work includes, but is not limited to, the following: Work areas require complete demolition/gutting down to the bare structure to accommodate the new floor layouts. Hazardous materials abatement of asbestos containing materials (ACM) and lead paint is required. Demolish existing interior partitions; suspended acoustical tile ceilings; flooring; doors and frames, HVAC systems - ductwork, radiators and controls; plumbing fixtures and piping; fire suppression and detection systems - piping and alarm devices; electrical systems - power, lighting, telecommunications, CATV, computer systems I/T. Provide new walls, ceilings, floors, plumbing, HVAC, and electrical upgrades as shown on the contract documents. Work shall be phased as shown as part of the ward will be occupied during the construction period. It shall be necessary to work around and maintain existing utilities/MEP systems that service the floors below and above the renovation areas. In some instances, the existing systems to remain (piping and ductwork) shall be altered/re-routed to accommodate the new floor plans. Special attention is required in the Mental Health Unit to provide elements that comply with the VA's Mental Health Environment of Care Checklist, which provides guidance in designing building systems and components that remove environmental features that may be used by patient to harm themselves; non-loopable, anti-ligature features have been included in the project to minimize patient suicide attempts. This project provides features that meet VA standards for the dignity, security, patient centered, and privacy of patients who utilize these facilities. The work is located at an active VA hospital with both in-patient and out-patient functions. Impact to hospital operations must be kept to a minimum and carefully coordinated with the Contracting Officer and hospital staff. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications of the team and experience in performing the work requirements stated above. Interested firms shall provide the following: Past demonstrated construction experience with two examples of a project, similar in scope, size, complexity, and magnitude to this project that the interested firm has performed. The examples must demonstrate beyond typical building construction and should highlight demonstrated construction with critical (hospital, emergency rooms, psychiatric wards) renovation projects in an active hospital environment with minimal impact to operations and cutover time. The past experience examples must have been performed within the last five years. Interested firms must provide a letter from their bonding company stating the firm's ability to get bonding capacity for a project between $5,000,000 and $10,000,000. Interested firms must state or describe the partnership arrangement of the teaming members, and what portions of the work will be performed by each team member, should the capabilities package includes examples from multiple team members. The examples of the two projects shall clearly describe the steps taken to mitigate impacts of construction activities occurring in an active hospital environment and on the day-to-day operations at the facilities (i.e., hospital staff, patients, and worker circulation). The examples of the projects shall clearly describe phased construction, similar to this project, in which a renovation project is constructed adjacent to and connected to an active hospital environment. Responses are due June 24, 2011. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Susan Dunnagan. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and two copies. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ11X0017/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN02473912-W 20110617/110615235158-7a37bd264b5e399d365d9a3d5c54bf43 (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.