SOLICITATION NOTICE
Z -- 657-19-110JC, FCA Replace Windows Building 1
- Notice Date
- 11/27/2020 12:22:58 PM
- 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
- 36C25521R0023
- Response Due
- 1/6/2021 10:00:00 AM
- Archive Date
- 01/16/2021
- Point of Contact
- Timothy P Fitzgerald, Contract Officer, Phone: 913-946-1162
- E-Mail Address
-
timothy.fitzgerald@va.gov
(timothy.fitzgerald@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 3 of 3 657-19-110 FCA - Replace Windows in Building 1, John Cochran The Department of Veterans Affairs, VISN 15 has a requirement to Construct Magnetic Resonance Imaging and Specialty Care Addition located at the John Cochran St. Louis VAMC, 915 N. Grand Blvd St. Louis, MO 63106. The Construction Firm shall provide construction services to fabricate new windows, remove existing window systems, install new window systems in Buildings 1. The Contractor shall abide by Construction Documents to meet applicable design standards and building codes. The Scope of Work for this project shall include, but not limited to, the following items and the necessary disciplines to accomplish these tasks: The Contractor shall complete a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The Contactor shall provide to the VA resident engineer a definitive project schedule consistent with information contained within the construction documents. The VA reserves the right to define work zone availability and the Contractor s schedule will work in a collaborative fashion to ensure that the on-going operational needs of Building 1 within the work scope are not negatively affected in any way. The building will remain occupied during the duration of this project. The Contractor remains responsible throughout the project life for protecting all surfaces and items, either VA owned or personal, from damage or destruction. The movement of items will not be allowed outside of the room of origin unless the Contractor accepts responsibility for storing said material at an offsite location at their cost. The VA will perform Construction period services including periodic construction progress inspections, hazardous material abatement monitoring, final inspections and submittals. The Contractor shall replace existing exterior windows with a new, energy efficient window system in Building 1. Coordination shall be made with the VA resident engineer to identify project schedule, logistics, physical security, confirmation of hours of operations and method of construction. The construction includes demolition, hazardous material abatement (Industrial Hygiene) and safety and infection control measures as required in the documents. The project period of performance is 730 calendar days from receipt of Notice to Proceed. The Estimated project cost range to complete this work is between $5,000,000.00 and $10,000,000.00. 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 (Commercial and Institutional Building Construction), with a small business size standard of $39.5 million. The duration of the project is estimated to be 730 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing 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. A site visit will be held on 12/11/2020 at 9:00 am CST. Please meet at the loading dock. All Visitors to JC must first check in through the Loading dock. Visitors will be temperature checked and a wrist band will be issued, if they pass the VA screening, those who don t will be dismissed from the pre-bid. All visitors must wear their mask, whether inside or outside on Federal property, at all times. The Loading Dock is located on the north side of JC property, along Bell Street, approximately in the middle of the city lot. Mike Gomez will meet all visitors at the Loading dock first, those who can t pass the VA screening will not be allowed to go further. The solicitation package with the specifications and drawings should be available for download on or about December 07, 2020 and the proposal due date will be on or about January 06, 2021. An organized site visit will be scheduled and specific date and time 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 timothy.fitzgerald@va.gov and ensure that the subject line reads ""FCA - Replace Windows in Building 1, John Cochran, Project Number 657-19-110; Solicitation Number: 36C25521R0023.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d0467da8a09047aeba6394a661e164e5/view)
- Place of Performance
- Address: JOHN COCHRAN ST. LOUIS VAMC 915 N. GRAND BLVD, ST. LOUIS, MO 63106, USA
- Zip Code: 63106
- Country: USA
- Zip Code: 63106
- Record
- SN05861715-F 20201129/201127230137 (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 |