DOCUMENT
Y -- 556-12-144, Installation of Patient Safety and EOC Items, Building 131 4C - Attachment
- Notice Date
- 4/3/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D15B0555
- Archive Date
- 7/2/2015
- Point of Contact
- Donna Hirth
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE: The Southern Tier Construction Team Great Lakes Acquisition Center, NCO-12, will issue an Invitation for Bid (VA69D-15-B-B-0555) for the Captain James A. Lovell Federal Health Care Center (FHCC), 3001 Green Bay Road, Bld. 1, North Chicago, IL 60064. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms. The solicitation will be issued on/about Monday, April 18, 2015 with the bid opening on/about May 19, 2015. The bidder is responsible to monitor and download any amendments from FedBizOps which may be issued to this solicitation. There will be pre-construction conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-construction conference will be included in the solicitation package. DESCRIPTION: The Captain James A. Lovell Federal Health Care Center (FHCC) has a pending project to perform construction services related to the installation of patient safety and environment of care items as noted in the reference documents. All services related to the Statement of Work (SOW) shall meet local, state, federal, DOD/DON, VA, VISN, ADA, NFPA, Life safety codes and directives. Building 131 was constructed in 1961 and Wing 4C was renovated in 2008. The building is currently used by active military, veterans, and civilian staff for clinical services. Wing 4C is not currently occupied but Wing 4A is occupied with secure inpatient residents. The construction zone will not be occupied during the construction period, although adjacent and lower levels are occupied. A)Scope of Work a.The Scope of Work is outlined in the drawings and specifications that accompany this project. b.The scope of work generally includes, but not limited to, the following items; i.Door replacement ii.Addition of door anti-ligature sensors iii.Replace shower control valves iv.Replace shower grab bars v.Relocation of video monitoring station and camera revisions vi.Extent Sally Port Communication system vii.Relocation of fire alarm devices viii.Removal and replacement of patient storage cabinets ix.Removal of sealant and application of security sealant x.Revisions to nurse station xi.Patient drinking station installation xii.Lighting and HVAC revisions in limited areas xiii.Installation of murals xiv.Toilet fixture revisions xv.Patient lavatory and water closet replacements xvi.Digital fireplace and aquarium installations xvii.Revisions to Bathroom 453 xviii.Revisions to Room 454 xix.Patching and repair of areas impacted by construction The period of performance will be for 140 calendar days. NAICS Code: 236220 Size Standard $36.5 The Solicitation will be available on or about 4/18/2015. The magnitude of this project is between $250,000 and $500,000 In accordance with VAAR 819.7003 (b), SDVOSB firms must be verified in the VIP database (www.vip.vetbiz.gov) or hold a "Re-verification" symbol listed next to the firm's name (this symbol indicates that the firm is undergoing the re-verification process at CVE), prior to award of contract. If you are not registered with System for Award Management (SAM) you may request an application via phone at 1-877-252-2700 or register online at https://www.sam.gov/index.html/#1. IFB VA69D-15-B-0555 will be electronically issued on the FedBizOps websites. Any future amendments and other miscellaneous documents will be available electronically for download at the following URL: http://www.fedbizopps.gov. Interested offerors are advised to continuously check this URL for any changes to this IFB. All responsible sources may submit an offer that if timely received, will be considered. The point of contact for this procurement is Donna Hirth. Questions can be e-mailed to: donna.hirth@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D15B0555/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-15-B-0555 VA69D-15-B-0555.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962067&FileName=VA69D-15-B-0555-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962067&FileName=VA69D-15-B-0555-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-15-B-0555 VA69D-15-B-0555.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1962067&FileName=VA69D-15-B-0555-000.docx)
- Place of Performance
- Address: Great Lakes Acquisition Center, NCO-12;Southern Tier Construction Team;Captain James A. Lovell Federal Health Care Ctr;3001 Green Bay Road
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN03688910-W 20150405/150403234509-f235ece594306aaa42dcfb9430e4df34 (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 |