SOLICITATION NOTICE
Z -- Correct Fire & Life Safety Deficiencies PN# 589A4-19-104
- Notice Date
- 4/22/2020 8:28:16 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520R0074
- Response Due
- 6/8/2020 12:00:00 AM
- Archive Date
- 09/06/2020
- Point of Contact
- Jeanette Mathena, jeanette.mathena@va.gov Kimberly Mason, kimberly.mason2@va.gov
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRE-SOLICITATION NOTICE Contractor shall completely prepare site and furnish labor and materials and perform work for Correct Fire & Life Safety Deficiencies, Project No 589A4-19-104, Solicitation No 36C25520R0074 as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. SUMMARY OF PROJECT The purpose of this project is to correct fire and life safety deficiencies by installing additional fire annunciation devices, replacing deficient doors and hardware, providing required access to inaccessible fire dampers, improving or restoring fire and smoke walls throughout the facility and other identified items and life safety deficiencies. Also included in the scope of work is fire alarm system work, mass notification system work and public address system work as described in Mechanical and Electrical heading descriptions below. The project does include a limited amount of work in detached buildings, that scope of work is noted in the above identified construction documents. The project also includes removal of an existing temporary stair near the old pool area and loading dock on the south side of Building 1. As a part of the work of this project a new set of Life Safety Plans have been produced based on the 2018 NFPA 101 Life Safety Code existing facility chapters addressing of the deficiencies is based on this edition of the code. The contractor shall coordinate with all trades required to complete the work as indicated and scheduled Including any necessary electrical work to complete installation / operation of hardware indicated on the plans, door and hardware schedules. Mechanical Scope of Work The mechanical contractor s scope of work will include correcting all mechanical deficiencies identified in the Contract Documents. This includes repairing existing fire, smoke, and combination fire/smoke dampers in need of repair, dampers to be decommissioned, dampers that require access panels to be installed, and new dampers required per the latest code plan. Many dampers are no longer required due to code plan changes these dampers are to be decommissioned with their internal components locked in the open position. Any decommissioned dampers must also have their control points removed from the fire alarm system. Sizes and locations of existing dampers are based on the best available existing drawings; thus, it is the contractor s responsibility to field verify all relevant damper sizes and locations prior to ordering. All new dampers, existing dampers that are scheduled for repair, and other dampers explicitly called out on the plans shall be tested by the Contractor. Electrical Scope of Work: The electrical contractor s scope of work shall include correcting fire alarm system deficiencies identified in the Contract Documents. This includes adding smoke detectors, fire alarm speaker/strobes, speakers, strobes, modification of the lightning protection system, and access control in code deficient areas. The head end PA system will be relocated to the fire alarm control room and be replaced one for one utilizing Biamp Vocia as basis of design for salient characteristics. Each remote PA system mixer/amplifier will be replaced as an alternate bid deduct. To meet the NEC code requirements, portions of the existing lighting protection system located currently in egress pathways will need to be relocated. Lightning protection down conductors located within the stairwells will be routed outside of stairwells as much as possible and the remaining portions within stairwells will be enclosed in a 2-hour rated enclosure. Any electrical devices enclosed by the new 2-hour rated enclosure shall be made accessible via access panel. New access control components will be added to modify new doors. These components will connect to the nearest existing access control panel with available space throughout the building. Where applicable, door hardware will require a 120V connection which will be wired to the nearest available space in existing life safety panelboards. The project cost range is between $2,000,000.00 and $5,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 236220 (Commercial and Institutional Building Construction), with a small business size standard $39.5 million. This solicitation is SDVOSB Set-Aside. A responsible offeror is one whose offer conforms to the solicitation and will be most advantageous to the Government. The estimated completion period for this work is 275 calendar days after notice to proceed. This completion period includes final inspection. 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 Contract Opportunities (http://www.beta.sam.gov website replaces FBO.gov, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP- VetBiz Registration, prospective contractors must be registered in Central Contractor Registration (Beta SAM) and in the VIP VETBIZ - databases under the applicable NAICS. Firms may obtain SAM- information at http://beta.sam.gov and VIP-VetBiz information at http://www.vip.vetbiz.va.gov/. The solicitation package and drawings should be available for download on or about May 8, 2020 and the proposal due date will be on or about June 8, 2020. A telephonic conference call pre-bid site visit for the project will be scheduled. This information will be made available at time of solicitation issuance. Only one conference call site visit will be scheduled and interested offerors are highly encouraged to call in. 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 ""Correct Fire & Life Safety Deficiencies, Project No 589A4-19-104, Solicitation No 36C25520R0074.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cf1fa1ac83ad4510bed9e2a5b78a3f95/view)
- Place of Performance
- Address: Harry S Truman Medical Center;800 Hospital Drive;Columbia, MO 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN05632180-F 20200424/200422230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |