DOCUMENT
Z -- Renovate Entrance Vestibule Project NO :589A4-17-100 - Attachment
- Notice Date
- 3/19/2018
- 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
- 36C25518R0305
- Response Due
- 5/2/2018
- Archive Date
- 7/1/2018
- Point of Contact
- Jeanette G Mathena
- E-Mail Address
-
6-1129<br
- 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: Renovate Entrance Vestibule, project number: 589A4-17-100 as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. The Project consists of a renovation project at the Harry S. Truman VA Medical Center in Columbia, Mo. The scope includes interior and exterior demolition and renovation of the existing main vestibule. The area of renovation includes approximately 1100 SF. The primary intent of the project is to provide a larger vestibule that will improve the thermal comfort of the adjacent lobby space. The existing revolving doors will be removed and replaced with automatic bi-parting doors to improve accessibility and the interior bi-parting doors will be replaced and updated with a similar door. The existing building envelope will be minimally altered due to the vestibule growing in size. The existing fire protection system shall be reworked and extended to provide coverage to the remodeled vestibule. The vestibule and valet are categorized as light hazard. The mechanical portion of work will include the installation of two electric-heated air curtains, both concealed in the ceiling, and a split system ceiling-hung unit with heating and cooling. The split system will serve the valet and vestibule spaces. The outdoor unit component of the split system shall be installed on the roof. Snow melts systems under the sidewalk pavement shall be repaired/ reconnected as needed. Abandoned snow melt systems shall be drained. The electrical scope of work will include the removal of all existing light fixtures in the vestibule and installation of new light fixtures in the remodeled vestibule space. New light fixtures will be connected to existing light circuits and controls which served the existing space. Electrical scope will also include the removal of existing mechanical equipment, and providing connections for new mechanical equipment. Security cameras and fire alarm devices will be installed in the remodeled vestibule as well. The existing concrete paving will be removed at the existing main entry along with removal of existing frost slab at the automatic revolving entrance door. The new vestibule slab will consist of 5 concrete slab on grade reinforced with 6x6 W4xW4 welded wire fabric. The new concrete slab will be recessed to match existing. The new exterior walls of the vestibule will be supported on cast in place concrete grade beams that will be doweled to the existing foundation system. The new storefront window system and new auto-door will be supported for out of plane wind loads by new HSS jamb columns and headers. New sidewalk pavement will be removed/replaced and constructed to accommodate the new entry vestibule. Pavement grades shall be in compliance with ADA requirements for accessible pathways. New sidewalk pavement shall match existing pavement sections and specifications. The Estimated range to complete this work is $250,000.00 to $500,000.00. 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 up to 168 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises and completion of as-built drawings. 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 https://www.fbo.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, VIP Registration, prospective contractors must be registered in SAM and in the VIP databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VIP information at http://www.va.gov/osdbu. The solicitation package and drawings should be available for download on or about April 2, 2018 and the proposal due date will be on or about May 02, 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 Jeanette.Mathena@va.gov and ensure that the subject line reads " Renovate Entrance Vestibule, project number: 589A4-17-100, Solicitation Number: 36C25518R0305.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0305/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518R0305 36C25518R0305_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4161031&FileName=36C25518R0305-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4161031&FileName=36C25518R0305-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518R0305 36C25518R0305_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4161031&FileName=36C25518R0305-000.docx)
- Place of Performance
- Address: Harry S Truman VAMC;800 Hospital Drive;Columbia, MO
- Zip Code: 65201-5275
- Zip Code: 65201-5275
- Record
- SN04859055-W 20180321/180319231127-fa51a313cd1f12db0da29f5e9a53e406 (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 |