DOCUMENT
Y -- 657-400, MAIN LOBBY ACCESS IMPROVEMENT - Attachment
- Notice Date
- 1/17/2018
- 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
- 36C25518R0177
- Response Due
- 1/29/2018
- Archive Date
- 4/29/2018
- Point of Contact
- Mike Bottary
- E-Mail Address
-
6-1142<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, VISN 15 has a requirement for the construction of an addition to the main lobby at John J. Pershing VAMC 1500 N. Westwood Blvd. Poplar Bluff, MO 63901. This project will consist of the construction of an addition to the existing main lobby area (approximately 2,000 sf) and a remodel of the current main lobby area. This project includes demolition and new construction that will improve access to the main facility and will ensure a safe entry into the medical center. The contractor shall provide Poplar Bluff VA Medical Center with the proper skilled labor, equipment, materials, supplies, and supervision for performance of all work indicated or referenced within this Statement of Work and by the corresponding Construction Documents (plans, specifications, and other provided documents). Technical Requirements Provide administrative requirements including insurance, bonding (if required), Schedule, Infection control risk assessment permit, all required safety documentation, participate in construction progress meetings, submittals, close-out documentation, warranty, as-built drawings and all other documentation specified Provide secure fencing surrounding the staging area/construction trailer to prevent entry by unauthorized individuals Provide a temporary partition at the outset of construction to remain in-place throughout the duration of construction This partition is to be meet VA requirements for temporary partitions but should also be taped, sound insulated, painted and allow for access to the construction area from the adjacent hallway & Meet the Infection Control Risk Assessment (ICRA) requirements Protect the interior from damage to the areas adjacent to the work area Any damage to the area adjacent to the work area will be repaired by the contractor and their expense. Protect the exterior from damage It is assumed that most material deliveries will occur from the front of the building. Any damage to the exterior and/or site will be repaired by the Contractor at their expense Contractor to coordinate with surrounding ongoing hospital operations relative to the need to cease construction due to critical procedures, etc. Contractor must attend a Pre-Construction meeting with the Contracting Officer, Contracting Officers Representative, the A/E, the Integrated Project Team (IPT Team), and Department Heads of those hospital operations adjacent to the area of construction Contractor to furnish a comprehensive construction schedule in Microsoft Project or similar within two (2) weeks of award Investigate areas of work to be performed and report to the Contracting Officers Representative (COR) if existing conditions that do not align with the Construction Documents after accessing previously undisturbed areas Any deviation from the Contract Documents will only be allowed with the approval of the Contracting Officers Representative in writing The contractor is to perform all work associated within the project Construction Documents Criteria for Project Execution: VA Office of Construction & Facilities Management Design Manual (Dated: August 1, 2014) National Codes and Standards (e.g., NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) VA Design Alerts VA Quality Alerts Technical Summaries Estimating Manual Seismic Requirements The Estimated range to complete this work is Between $1,000,000 and $2,000,000. 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 (Commercial and Institutional Building Construction), with a small business size standard of $15.0 million. The duration of the project is estimated to be 365 calendar days for the base bid upon issuance of Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing the 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 with the specifications and drawings should be available for download on or about February 05, 2018 and the proposal due date will be on or about March 12, 2018. 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 Michael.Bottary@va.gov and ensure the subject line reads 657-400 Improve Access to Front Lobby Solicitation Number 36C25518R0177.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0177/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518R0177 36C25518R0177.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4021566&FileName=36C25518R0177-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4021566&FileName=36C25518R0177-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518R0177 36C25518R0177.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4021566&FileName=36C25518R0177-000.docx)
- Record
- SN04792156-W 20180119/180117231455-162d2f034f58f607b8109b29555e667f (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 |