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, 2018 FBO #6138
DOCUMENT

Z -- Project #689-10-121; Operating Room (OR) Control System Replacement - Attachment

Notice Date
9/11/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
36C24118R0419
 
Response Due
9/26/2018
 
Archive Date
1/3/2019
 
Point of Contact
Mary Kay Chapman
 
E-Mail Address
4-4366
 
Small Business Set-Aside
N/A
 
Description
Project Number 689-10-121; Operating Room (OR) Control System Replacement: THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), Small Businesses (SB) and Large Businesses (LB). The Department of Veterans Affairs, Connecticut Healthcare System, West Haven, CT has a requirement for renovations for building operations, including demolition and removal of existing equipment, and to furnish labor and materials and perform work for the Operating Room Control System Replacement VA Project Number 689-10-121, at West Haven VA Medical Center, West Haven CT. Contractor shall provide the demolition and removal of existing structures, relocation of existing owners equipment, construction of new spaces and furnish labor and materials and perform work for the O.R. system Replacement for the existing third floor surgical space located at the West Haven VA Medical Center in accordance with the contractual terms and conditions, specifications and drawings, and applicable wage rates. Work includes, but is not limited to construction of Operating Room Control System Replacement and related modifications and renovations to the existing 3rd floor surgical wing and operating room spaces as well as adjoining 2nd, 4th, 5th and 6th floor spaces located in Building 1. Additional work including providing temporary surgical units and related access corridors and services located adjacent to the building at the ground floor level is also part of the work. The work includes general demolition, excavation, temporary access, new construction, building alterations, concrete, mechanical, electrical, plumbing, fire protection, security systems, medical gas, commissioning, and VPIH and telecommunications systems. In addition, modifications to existing roof and structure are included as well as certain other items are part of the work. The work will be done in a phased manner to permit certain existing and proposed temporary operating rooms to remain fully operational throughout the construction period. Therefore, the contractor shall assume that the majority portion of work will be performed outside of regular working hours (6:00 am 7:00 pm). The total project schedule is anticipated to be 16 months. It is expected that the contractor shall use the initial three months to perform field inspections and verifications, complete submittals including coordination submittals and to order all long lead items to ensure their timely delivery. It is expected that the contractor shall use the last month for final closeout and documentation. Therefore, is expected that the construction period and significant onsite activity will take place in the remaining 12 month period. The project will require the use of temporary operating room units. The contractor is responsible for all costs and charges relating to procuring, designing, installing, maintaining and removing of these units per the requirements of the VA. Additionally, a temporary access structure is required to provide access to these units. The contractor is responsible for all costs and charges relating to procuring, designing, installing, maintaining and removing of this structure per the requirements of the VA. Temporary connections to VA systems will be required for these facilities. The contractor is responsible for all costs and charges relating to procuring, installing, maintaining and removing of these temporary connections per the requirements of the VA. All costs for these temporary facilities, structures, and connections shall be included in the contractor s proposal. Interested parties meeting the requirements of this notice must address the information below in their response. Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. The project range is $5,000,000 to $10,000,000. General building construction contractors have a size standard of $33.5  million in average annual receipts; the applicable NAICS code is 236220.   This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), Small Businesses (SB) or Large Businesses (LB) capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must have an active registration in SAM. Registration is available at www.sam.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about December 7, 2018. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, business type, and DUNS number; (2) identify the capacity your company intends to perform under this project. ____ Prime contractor ____ Subcontractor ____ Supplier (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company documentation; (5) provide up to five (5) examples of similar projects in scope and size for Operating Room Suite renovations, to include HVAC and Control Systems replacement, Operating Room Shutdowns, Multiple shutdowns for Utilities, Phasing and identify if the project included temporary OR s; (6) provide up to five (5) examples of similar projects your company has experience in completing involving properly phasing a project to eliminate penetration/envelope leaks of water, wind, snow, etc. ;and (7) any other pertinent company documentation. The response date to this Sources Sought notice is September 26, 2018, at 2:00 pm. This market research is for informational and planning purposes only to determine the appropriate set-aside. The Government will not pay any costs for responses submitted. Electronic submissions are required via MaryKay.Chapman@va.gov. Subject line relating to this sources sought must read 36C24118R0419 OR Control Systems Replacement SOURCES SOUGHT RESPONSE. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/36C24118R0419/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118R0419 36C24118R0419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585294&FileName=36C24118R0419-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585294&FileName=36C24118R0419-000.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: VA Medical Center;West Haven;950 Campbell Avenue;West Haven, CT
Zip Code: 06516
 
Record
SN05084599-W 20180913/180911231636-9221af202aa575f7f92b6139bbcf6619 (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.