Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
DOCUMENT

Y -- Modular Buildings CARES Construction & Renovation Veteran Affairs Medical Center (VAMC) Canandaigua, NY - Attachment

Notice Date
9/11/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Suite 420;Silver Spring, MD 20910
 
ZIP Code
20910
 
Solicitation Number
VA10115R0227
 
Response Due
9/29/2015
 
Archive Date
11/28/2015
 
Point of Contact
John Ezell
 
E-Mail Address
umbray<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM), Eastern Regional Office, Silver Spring, Maryland has a requirement to construct temporary modular buildings to support major construction on the Veteran Affairs Medical Center (VAMC) campus located at 400 Fort Hill Avenue, Canandaigua, NY. The estimated cost of this project is between $5,000,000 and $10,000,000. The applicable North American Industry Classification System (NAICS) code is 236220 and the small business size is $36.5 million. This procurement is a small business set-aside. The approximate construction duration is 1477 calendar days after the issuance of the notice to proceed. This project's requirement is for two (2) new, temporary modular building structures and two new pedestrian corridors. General Construction will include related site work and site utilities necessary for the preparation of the site to receive the temporary buildings. Modular buildings shall be complete with all architectural, structural HVAC, electrical, plumbing, fire Protection systems necessary to furnish a complete, habitable and code compliant (IBC 2012) structures for purposes intended. Modular buildings shall be capable of housing Commercial Kitchen, Laboratory and enclosed corridors. (Approximate sizes: Kitchen - 5,952 SF, Laboratory - 2,560 SF, Corridors - 5,856 SF). The system shall include all building equipment, stairs, ramps and other accessories as required to provide completely functional turn-key buildings. Modular building infrastructure shall include all necessary building services required for habitable occupied space and specialized lab equipment and food service equipment. Specialized lab equipment and food service equipment will be provided by others. Information Technology and Security Equipment shall be provided by the contractor; final connection of food service equipment shall be by others. Buildings shall include all utilities and utility connections to a distance of 5 feet outside the perimeter of the building. Source selection will be based on outright purchase. The prime contractor must be registered in the System for Award Management (SAM) database at https://www.sam.gov. The prime contractor must also be registered in the Office of Small and Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) at https://www.vip.VetBiz.gov at the time of award: if applicable. Prospective Offerors must obtain copies of solicitation documents from FedBizOpps. By registering at FedBizOpps (https://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at fbo.gov, you will be notified by email of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Request for Proposal will be issued on or about September 18, 2015. A Pre-Proposal conference will be held at a day and time to be determined. A site visit will be conducted immediately following the Pre-Proposal conference. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposal will be evaluated and award made utilizing the Best Value Continuum/Tradeoff Process per FAR Part 15. Offerors are advised award may be made without discussion. If you have questions, please contact John Ezell at John.Ezell@va.gov and copy Jose Bumbray at Jose.Bumbray1@va.gov. In the subject line of any email sent, identify: "Modular Buildings, Canandaigua, NY, VA101-15-R-0227".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0227/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0227 VA101-15-R-0227_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310870&FileName=VA101-15-R-0227-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310870&FileName=VA101-15-R-0227-000.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: VAMC Canandaigua;400 Fort Hill Avenue;Canandaigua, NY
Zip Code: 14424
 
Record
SN03882895-W 20150913/150912000212-092409f15a5e1a656ccfcd1ec792bbed (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.