Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2021 SAM #7159
SOURCES SOUGHT

C -- Proj # 402-21-709 Replace Elevators Building 200 & 200E

Notice Date
7/6/2021 1:18:30 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24121Q0222
 
Response Due
2/12/2021 9:00:00 AM
 
Archive Date
08/06/2021
 
Point of Contact
Diane C. Davis, Contract Specialist, Phone: 207-623-8411 x3357
 
E-Mail Address
diane.davis2@va.gov
(diane.davis2@va.gov)
 
Awardee
null
 
Description
402-21-709 Replace Elevators B200 & B200E Project Number 402-21-709 Replace Elevators B200 & B200E, Togus VA Medical Center, Augusta, ME): 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). Work at the VA Maine Healthcare System Campus located at 1 VA Center, Augusta, ME 04330 to provide a complete construction design package including plans and specifications to evaluate and replace if required all elevator equipment (Elevators 1, 2, 3, 4, 5) in buildings 200 and 200E but excludes service elevator #6 in 200E which was replaced in 2018. This project does not include any modifications to the existing size of the hoist ways. Mechanical equipment to be evaluated and possibly replaced will include but is not limited to elevator guides, steel wire ropes, rollers, pulleys, control cabinets, motor and drive and drive equipment and any other equipment as determined by the elevator equipment design firm. Cosmetic improvements will include upgrading all finishes in each car elevator which includes flooring, sides, ceilings including new LED lighting as well as ADA compliant elevator call buttons/car locator inside and outside of the car. In addition to the above work, the elevator design firm will evaluate whether additional elevators can be placed on emergency power (equipment branch). The goal is to have at least one additional elevator on emergency power. Also, part of this scope of work is an evaluation of the existing elevator recall system, firefighter s operation, and elevator specific fire alarm system and sprinkler system upgrades as required by current code. In addition, emergency 2-way communication from the elevator will be evaluated for compliance with current code, a new medical emergency bypass system with priority keys located inside of the cabs and outside the elevators in required locations and all required priority switches. Currently two elevators (number 2 & number 6) are integrated into a robot transport system (Aethon- TUG) which has interfaces with the elevator control panels to allow the robots to command an elevator. This project will evaluate installing elevator interfaces for the robots on all the elevators for flexibility. In addition, this project will evaluate whether dedication of one elevator for TUGS only with a secondary back up elevator is practical for the TUG robots. Elevators will be evaluated regarding the elevator pit sump pumps. There have been ongoing issues with the sump pumps located in cars 1 & 2. The design will include high water alarms that alarm to a designated area. During the design and phasing of this project, please note that only one elevator can be out of service at a time and at least two TUG elevators will need to remain operational. Patient care cannot be impacted. Elevators 4 & 5 need to be a prioritized due to carbon dust from existing motor- generators that are affecting elevator 6. The access for B200E elevators 4 & 5 is thru the floor of the 7th floor elevator room and 6th floor elevator lobby ceiling. The B200E 6th floor elevator lobby ceiling will have to be replaced with a suspended ceiling if the access panels need to be enlarged due to an existing spline ceiling. This needs to be evaluated as part of the design package. The new design of the elevators will also evaluate whether Elevator #3 located in building 200 can economically and practically be renovated to be able to access the ground floor. This will consider the existing conditions. If this is not feasible, the new design will exclude it. The design firm must follow all required Federal and State building codes, standards, and guidelines. This is to include but is not limited to ASME Elevator Code, NFPA 72, Master Specifications, VA specifications of the modernization of traction elevators, VA Barrier free design guide, VA Physical Security Design Manual, and the VA Sustainability Design book, as well as and applicable trade design manuals. After the A/E design is completed it is expected to be construction ready, and include all necessary details, drawings, specifications, construction scope, and cost estimate. The period of performance for this work to be completed is 270 calendar days from the issuance of the Notice to Proceed by the contracting officer. Period of Performance is 270 Calendar days. 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 between $500,000 to $1,000,000.00. Architectural Services have a size standard of $8.0 million in average annual receipts; the applicable NAICS code is 541310. 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 February 19, 2021. 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 level of interest your company intends to provide/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 if SDVOSB or VOSB; (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; (reference FAR 28.102) For questions 5 and 6: Provide information on both Government and Commercial Civilian Contract. All submitted information should include 1) location 2) Customer Point of contact 3) indication of Government or Civilian 4) Date work started and was completed. (5) Provide up to five (5) examples of similar projects in scope and size; (6) Any other pertinent company documentation. The response date to this Sources Sought notice is February 12, 2021, at 12:00 pm. This market research is for informational and planning purposes only. This and other market research information will aid the Government in determining the appropriate set-aside. The Government will not pay any costs for responses submitted. Electronic submissions are required via diane.davis2@va.gov. Subject line relating to this sources sought must read 36C24121Q0222 Replace Elevators B200 & 200E SOURCES SOUGHT RESPONSE . Questions or concerns pertaining to this requirement, please call Diane C. Davis at 207-623-8411 3357.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/388baa80124541978876a467f681ae07/view)
 
Place of Performance
Address: Department of Veterans Affairs VAMC Togus 1 VA Center, Augusta 04330, USA
Zip Code: 04330
Country: USA
 
Record
SN06052586-F 20210708/210706230124 (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 |
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.