DOCUMENT
Z -- RELOCATE NUCLEAR MEDICINE P/N - 589A4-13-124 - Attachment
- Notice Date
- 3/21/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25516R0250
- Response Due
- 5/6/2016
- Archive Date
- 8/4/2016
- Point of Contact
- JEANETTE MATHENA- jeanette.mathena@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Contractor shall completely prepare site and furnish labor and materials and perform work for project: Relocate Nuclear Medicine, project number (589A4-13-124) as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. Work includes, but is not limited to furnishing of all labor and materials to Relocate Nuclear Medicine. This project is to relocate the existing Nuclear Medicine department from the basement to two new locations on the first floor of Building 1. Some equipment is to be relocated; some will be replaced during the course of the project. The equipment includes three large CT scanners, one of which is to be relocated. Some existing and new rooms include lead shielding and contain radioactive medical materials. The existing building structure must be reinforced under the new CT unit locations. A new air handling unit that serves the new nuclear medicine department is to be installed on one of the roofs. The hospital must maintain kitchen, nuclear medicine, and other services during the project, and close co-ordination with hospital engineering staff is required. Work hours and locations are subject to restrictions as noted in the documents and medical operations requirements. The new work areas are relatively enclosed once construction begins, but work in the basement affects different departments and services which must remain operational. Demolition includes removal of walls and ceilings in the basement to allow access to the concrete floor structure above and installation of steel reinforcement and MEP services. Existing ductwork, conduit, piping, and other services must remain in service as they serve areas beyond the scope of this project. These services must be relocated, have temporary connections, or be reconfigured as work proceeds. New work in the basement largely consists of replacing or repairing walls, ceilings, and systems disturbed during the demolition and first floor construction process. Demolition on the first floor includes the removal of the existing Cath Lab department walls, ceilings, and services in preparation of the new use. The Cath Lab equipment will be relocated in a previous project (not part of this project). This work includes the removal of existing lead shielding. There is additional demolition in the existing MRI area to convert existing patient dressing and library areas to new administration offices. New work on the first floor includes new walls, floor finishes, ceilings, casework, MEP systems, fire protection, and related items in the new Nuclear Medicine areas. Some rooms include new lead shielding within the walls and doors. Where work occurs in main hospital corridors, it must be coordinated with the hospital engineering staff and use temporary walls to secure and separate the work areas from the rest of the hospital. The responsibility of purchasing and installing equipment is noted in the documents, some by the VA, and some by the contractor. The contractor is to coordinate with the VA. New MEP services include the installation of a new AHU and a new exhaust fan on the roof. The new AHU is supported by a new elevated steel support structure. The existing roof will require some repair where construction disturbs the roofing, but otherwise it is expected to remain intact. The work will be performed during normal and non-business hours. The medical centers daily operations cannot be impacted. The work consists of, but is not limited to, structural steel erection, HVAC, Plumbing, Electrical, Fire Protection, and Architectural Finishes. The Estimated range to complete this work is $2 million to $5 million. 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 will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220(General Construction Contractors), with a small business size standard of $36.5 million. The duration of the project will be 240 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in SAM and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vetbiz.gov. The solicitation package and drawings should be available for download on or about April 8, 2016 and the proposal due date will be on or about May11, 2016. An organized site visit will be scheduled and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Jeanette.Mathena@va.gov and ensure that the subject line reads "Relocate Nuclear Medicine, Project Number 589A4-13-124 Solicitation Number: VA255-16-R-0250."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516R0250/listing.html)
- Document(s)
- Attachment
- File Name: VA255-16-R-0250 VA255-16-R-0250_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2626392&FileName=VA255-16-R-0250-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2626392&FileName=VA255-16-R-0250-000.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-R-0250 VA255-16-R-0250_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2626392&FileName=VA255-16-R-0250-000.docx)
- Place of Performance
- Address: Harry S. Truman VAMC;800 Hospital Drive;Columbia, MO
- Zip Code: 65201-5275
- Zip Code: 65201-5275
- Record
- SN04057190-W 20160323/160322000106-39c2f8ec8609074a088bc111d6880b0c (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 |