Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
DOCUMENT

Y -- PROJECT NO. 663-406, CORRECT SEISMIC DEFICIENCIES, BUILDING 100 NURSING TOWER (NT) AND COMMUNITY LIVING CENTER (CLC) - Attachment

Notice Date
4/30/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;OFFICE OF CONSTRUCTION AND FACILITIES;MANAGEMENT - WESTERN REGION;1175 NIMITZ AVE., SUITE 200;VALLEJO, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10112R0053
 
Response Due
6/14/2012
 
Archive Date
9/12/2012
 
Point of Contact
RONALD FERRER
 
E-Mail Address
2-8465<br
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The Department of Veterans Affairs (VA), Office of Construction and Facilities Management, Western Regional Contracting Office, Mare Island, CA is seeking general construction contractor for construction associated with the VA Puget Sound Healthcare System, Seattle Division, Washington, Project 663-406, Correction of Seismic Deficiencies, Building 100 Nursing Tower (NT) and Community Living Center (CLC). The contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work as required by drawings and specifications, which includes seismic correction work as follows: Nursing Tower (NT): "Replace existing braces with Buckling Restrained Braced (BRBs) Frames in NTs and in selected Central Core (CC) locations. "Structurally join the two NTs with the CC. "Disconnect deficient braces in CC. "Strengthen selected columns and column bases at the lower two levels. "Provide interstitial floor bracing. "Seismically brace non-structural building systems Community Living Center: "Replace selected braces with BRBs. "Strengthen selected column/beam (at roof) and column/base connections. "Remove braces that are no longer necessary. "Seismically brace non-structural building systems. Building 100 NT consists of two seven-story towers which are nearly identical in their basic structure, each approximately 80,000 square feet. They are referred to as "East NT" and "West NT." East NT has a partial basement and both NTs have a mechanical penthouse. The NTs are separated by a gap of about 100 feet, and this gap is partially filled by the CC, which is the same height as the NTs, and will be structurally tied to the NTs in the scope of this project. The Building 100 CLC is one story with a partially day lit basement, is of irregular shape, and contains 23,000 square feet on the first floor, and 14,000 square feet in the basement. The project includes all necessary non-structural work associated with performance of the seismic work such as temporary provisions, demolition and replacement of existing building components as required and as indicated and specified for various disciplines including, but not limited to, Architectural, Mechanical, Fire Protection and Electrical. The project shall be phased as indicated and the existing NTs and CLC, and hospital, are planned to remain fully operational during the construction of the seismic upgrade, except for the floor or wing where construction is currently occurring. Contractor shall provide all tools, material, equipment, transportation, supervision, and labor for work as indicated and specified, involving general construction, alterations, mechanical, electrical and fire protection work, utility systems, etc. All work shall be accomplished in compliance with all applicable local, state, federal codes, and specifications and drawings. The estimated cost range for this project is between $20,000,000 and $50,000,000. The applicable North American Industry Classification System (NAICS) is 236220 with a small business size standard of $33.5 million. This solicitation is full and open competition/unrestricted. Solicitation documents will be posted at www.fbo.gov on or about May 15, 2012. Construction contractors must download all solicitation (plans & specifications) documents at www.fbo.gov. Contractors must be registered in the Central Contractor Registration (CCR) database at http://ccr.gov prior to award and must have a DUNS number by registering for the Register to Receive Notification list at http://www.fbo.gov. Contractors will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Contractors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Check www.fbo.gov for all amendments BEFORE you deliver/send your proposal to the designated person, place, date and time. A Pre-Proposal Conference and a Small Business Workshop are scheduled for May 22, 2012 starting at 9:30AM PDT in Building 1, Room 240, at the VA Puget Sound Healthcare System, Seattle Division, 1660 South Columbian Way, Seattle, Washington 98108. All prospective bidders, consultants, subcontractors, equipment and material suppliers, are invited. Because parking is at a premium, it is suggested that all those interested parties, arrive no less than one hour before the start of the conference. There will be no public bid opening. All offerors must ensure that their firms have the ability to provide a Bid Bond as well as both 100% Performance and Payment Bonds. The proposals will be evaluated and award made utilizing the Best Value method per FAR Part 15. The contract will be awarded subject to availability of funds. Offerors are advised that award may be made without discussion. Contracting Office Address: Department of Veterans Affairs, Office of Construction & Facilities Management, 1175 Nimitz Avenue, Suite 200, Vallejo, CA 94592. Place of Performance: VA Puget Sound Healthcare System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108. Point of Contact(s): Ronald Ferrer, Contracting Officer 707-562-8465
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112R0053/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-R-0053 VA101-12-R-0053_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331801&FileName=VA101-12-R-0053-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331801&FileName=VA101-12-R-0053-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VA PUGET SOUND HEALTHCARE SYSTEM, SEATTLE DIVISION;1660 SOUTH COLUMBIAN WAY;SEATTLE, WA
Zip Code: 98108
 
Record
SN02734289-W 20120502/120430234728-f880559c87cdae65e1173fd684c49b01 (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.