DOCUMENT
Z -- Construct Clinical and Urgent Care Addition 657-351(PB) - Attachment
- Notice Date
- 1/12/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;1500 N. Westwood Blvd.;Poplar Bluff, MO 63901-3318
- ZIP Code
- 63901-3318
- Solicitation Number
- VA25516N0165
- Response Due
- 1/27/2016
- Archive Date
- 4/26/2016
- Point of Contact
- Douglas Jones
- E-Mail Address
-
Doug.jones@va.gov
(Doug.Jones@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT. The Department of Veterans Affairs, VA Heartland Network Contracting Office (NCO) 15, intends to issue a solicitation for a construction project, Construct Clinical and Urgent Care Addition, Project Number 657-351, John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) capable of performing the requirements to warrant a solicitation set-aside. The solicitation will be available on or about March 1st, 2016. If a solicitation is issued, it will be issued as a Request for Proposals (RFP). It will include amendments, if any, and it shall establish the official opening and closing dates and times. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Lowest Price Technically Acceptable RFP. The general scope of work is for the proposed addition (approximately 15,600 sf) constructed at the Southeast end of the existing Hospital, and will include interior renovations (approximately 2000 sf) where the addition connects to the Hospital and site and parking improvements. The Clinical Addition is designed as an Ambulatory Healthcare Occupancy per the 2012 NFPA and B Business Classification per the 2012 International Building Code (IBC). The Construction Classification is NFPA Type II (111) and IBC Type IIB. The addition will be fully sprinklered. A landscaped plaza will be created at the new entrance to the Clinical Addition, and an ambulance entrance will be located at the South corner of the facility. Existing surface parking will be renovated to provide a more efficient parking layout integrated with the entrance to the new facility and the existing campus loop road. The lowest level of the Clinical Addition is approximately five feet below the existing Hospital Ground Level, so that an accessible entrance from the East parking lot can be created. The new entrance lobby aligns with the existing Hospital's central corridor. A Police and Campus Security Office, Secured Holding Room and Electrical Room are located adjacent to the Lobby for easy access. The Urgent Care Clinic is located on the opposite side of the Lobby. The Elevator Machine Room and Waiting Rooms are located on the Ground Level of the Clinical Addition. This level aligns with the existing Hospital Basement Floor. Just inside the Hospital on this level, renovations are planned for the Eye Clinic Check-in/Reception and Dispensing and Viewing. The Second Level of the Clinical Addition aligns with the First Floor of the Hospital for access into the existing Primary Care Clinic. On this level, the addition will house Dental Clinic. The building envelope will be architectural precast concrete panels and brick veneer, punch window openings at clinical areas, a glazed curtainwall system at lobbies and entrances and canopies at the entrances. Exterior finish materials have been selected to complement the existing Hospital, and the composition of these materials will create a new identity for this outpatient facility. Power for the Clinical Addition will be fed from Building 20. Lighting within the new building will be provided by LED fixtures. The affected existing light poles in the surface parking lot will be removed and replaced by new fixtures. A mechanical penthouse located on the roof will house the air handling unit serving the addition. One hydraulic elevator will be located inside the Clinical Addition and in line with the existing Hospital central corridor and the entrance to the new Clinics. Space for a future second elevator has been provided as well. The physical security philosophy of the proposed design is based on the VA's Physical Security Design Manual for Mission Critical facilities. This criteria establishes successive lines of defense to protect the facility. The first line of defense exists at the building perimeter, where impact-rated systems at critical locations are coupled with non-rated deterrent systems to control vehicle movement. The next ring of security consists of the building envelope, which is designed to withstand prescribed blast loads and achieve a performance that limits debris and injury hazards. The design is coupled with structural solutions that provide a ductile and redundant structure able to resist progressive collapse through load redistribution should a critical load carrying element be compromised. The final line of defense exists at the building interior where spatial layout and operational security solutions are incorporated to mitigate threats at interior spaces, isolate critical spaces and limit the spread of structural system damage. The estimated performance period is 560 calendar days (90 calendar days for submittals and 470 calendar days for performance) after the Notice to Proceed (NTP) is issued. Location of the work is at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set- aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project cost range is between: $5,000,000.00 to $10,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $36.5 million. This completion period includes final inspection and clean-up. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. The successful prime contractor must perform no less than 15 percent of the General Construction labor. Proposal submission instructions will be included in the solicitation package. --- HOW TO OBTAIN A COPY OF THE SOLICITATION --- All potential offerors, to include Prime Contractors, Subcontractors, Suppliers, Plan Rooms and Printing Companies should register in the System for Award Management (SAM) and Fed Biz Opps in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the Fed Biz Opps website, http://www.fbo.gov. There will be no printed hard copies or CD-ROM Disks provided by the agency. Interested parties can only access the solicitation, including any amendments, at the Federal Business Opportunities website, http://www.fbo.gov.The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. --SYSTEM FOR AWARD MANAGEMENT (SAM) - All potential sources must register in the System for Award Management. This is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. Entities may register at no cost directly from this page. User guides and webinars are available under the Help tab. If you need help with SAM and other GSA IAE systems, go to www.FSD.gov. All potential sources must be registered prior to award of a contract. If you have not registered, recommend you do so as soon as possible to ensure that possible awards are not delayed. ---FORMER CCR REGISTRANTS --- If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances requires updates to your Entity record(s) in order for you to be paid or to receive an award or you need to renew your Entity(s) prior to its expiration. SAM will send notifications to the registered user via email 60, 30, and 15 days prior to expiration of the Entity. To update or renew your Entity records(s) in SAM you will need to create a SAM User Account and link it to your migrated Entity records. --SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSBs) - All SDVOSBs who want to participate in the VA's Veterans First Contracting Program must be verified by CVE in order to be eligible for VA contract set-asides. Visit www.vetbiz.gov to register as a SDVOSB and it also provides instructions, and answers to many routine questions. If help is needed, you may contact the "Help Desk" at (866)584-2344, Monday- Friday from 8:00 am to 8:00 pm (Eastern). All potential sources must be registered, and verified by the Contracting Officer, in order to be eligible for contract award. To ensure the award process is not delayed, begin the registration process as soon as possible if not already registered. --- INSTRUCTIONS FOR INTERESTED VENDORS --- You may sign up to receive procurement announcements from the Federal Business Opportunities (FBO). After subscribing you will receive the following announcements by email: Pre-Solicitation Announcements, Amendments and/or General Procurement Announcements. Note: One may access the Interested Vendor List (IVL) at the FedBizOpps Website --- http://www.fedbizopps.gov --- Fill out the registration form, and click on "Register as Interested Vendor". You will receive a confirmation screen verifying that you are registered as an interested vendor for this solicitation. The information you submit on the registration form will be forwarded to the contracting officer responsible for that procurement notice. --- Privacy Act Routine Uses --- (5 USC § 522a as amended): Disclosure (or providing) the requested information is voluntary. This information may be used to develop and publish Interested Vendor Listings (IVL's). By providing the requested information, the individual Vendor assumes all responsibilities for ensuring that the information provided is correct and valid and is so maintained throughout the life of the IVL. Please be advised that when FedBizOpps publishes the IVL, all of the information you supply in the registration form (company name, contact information, etc.) will be published on the FedBizOpps web site. NOTE: Once the list has been published, you will be able to view a list of interested vendors on the FedBizOpps web site. In order to view this list enter the solicitation number in the quick search field, no dashes, (this field is located on the top left side of the menu), click go, highlight the solicitation, enter, scroll down to bottom of the page and click on the "View List of Interested Vendors" link. - - - --- POINT-OF-CONTACT --- The point-of-contact for contractual questions is Douglas Jones at phone (573)778-4234, or by email - Doug.Jones@va.gov. Please ensure the subject line reads "VA255-16-N-0165". Responses are due no later than January 27, 2016, 4:00pm CDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516N0165/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-N-0165 VA255-16-N-0165.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2503490&FileName=VA255-16-N-0165-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2503490&FileName=VA255-16-N-0165-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-16-N-0165 VA255-16-N-0165.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2503490&FileName=VA255-16-N-0165-000.docx)
- Place of Performance
- Address: John J. Pershing VA Medical Center;1500 North Westwood Blvd.;Poplar Bluff, Missouri
- Zip Code: 63901-3318
- Zip Code: 63901-3318
- Record
- SN03989035-W 20160114/160112234549-1694420e6442e99289a8a6e693007c13 (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 |