Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOLICITATION NOTICE

Z -- DESIGN BUILD 528-19-111 PHARMACY CONTINGENCY COMPOUNDING USP797 BUFFALO VAMC

Notice Date
10/26/2023 5:24:39 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223R0116
 
Response Due
11/6/2023 12:00:00 PM
 
Archive Date
12/06/2023
 
Point of Contact
Idalia Algarin, Contracting Officer
 
E-Mail Address
Idalia.Algarin@va.gov
(Idalia.Algarin@va.gov)
 
Awardee
null
 
Description
Solicitation Notice Presolicitation Notice Page 4 of 4 Solicitation Notice *=Required Field Presolicitation Notice Page 1 of 4 DESCRIPTION This Solicitation notice is to inform potential offerors that Buffalo, NY VA Medical Center posted solicitation 36C24223R0116 on October 6, 2023, for the Design Build for Pharmacy Contingency Compounding USP797. All work to be perform at the Buffalo, NY VA Medical Center. General scope of work includes: The purpose of this project is to investigate, analyze and design and build a united states pharmacopeia (USP) 797 compliant, contingency compounding area for non-sterile, hazardous drug preparations as an alternate compounding site to Back-up the main in-patient pharmacy cleanroom suite. The VA has already established a schematic design (attachments will be included with the solicitation) the Buffalo VAMC requires a contractor to preform design-build services to complete the design and construct the space. The attachments that will be supplied with the solicitation are intended to provide a starting point for existing conditions, certain required items, drawings and specifications, and design parameters to be included in the project but must be verified for accuracy. It is the DB team s responsibility to complete the documents and construction in a manner consistent with the intent of the RFP within the required time period (contract length). It shall be the responsibility of the DB team to verify all items shown on the as-built drawings provided by the VA for this solicitation. The VA will not be held responsible for differing site conditions that is the responsibility of the DB team to verify. The bridging documents provided are a basis of design and general guidance only. All systems related to the existing spaces (communications, architectural, structural, electrical, mechanical, plumbing, sanitary, fire proofing, fire protection, fire detection, building controls, slab penetrations, roofing, hazardous material abatement, etc.) are within the scope of this effort as required to support the final design. Final pharmacy contingency compounding space is expected to be constructed in BLDG 20, 1st Floor, (specifically existing rooms 113, 114, 117). Addition to rooms (113, 114, 117), the work includes the ceiling in hallway to support HVAC modifications and duct work installation. Last, the work includes additional renovation to rooms 100, 100-2,121, 121-1, 121-2, 142, and 221. More details are listed in the scope of work and Space Allocation Plan (attachment 20 of the SOW attachments that will be posted with solicitation). All construction will follow the plans and specifications as prepared by the A/E firm. It has been determined that there are enough qualified Service-Disabled Veteran Own Small Business (SDVOSB) firms that are capable of performing under NAICS Code 236220, ""Commercial and Institutional Building Construction"", with a size standard of $45.0M. Therefore, this procurement is 100% set-aside for a SDVOSB. The magnitude of the project is between $2,000,000 - $5,000,000. Information regarding the scheduled site visit will be stated in the Solicitation. Bid bonding will be required to respond to this solicitation once released. It is anticipated this contract will be awarded o/a January 15, 2024. The Two-Phase Design-Build solicitation and evaluation process will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build Selection Procedures). The issued RFP will set forth the requirements for responding to Phase I of the solicitation as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the Government will evaluate responsive proposals received in response to Phase I of the solicitation to select qualified offerors to proceed to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals will be evaluated in accordance with the Phase II Evaluation Process. OBTAINING SOLICITATION MATERIAL Solicitation materials consisting of the information for proposal details, specifications, drawings, and contract forms will be available on http://www.sam.gov in electronic format only. These were available on October 2023. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at http://www.sam.gov. Paper copies of the amendments will NOT be individually mailed. No other notification of amendments will be provided. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation by the time of proposal due date. Once the solicitation is released, proposals will be accepted electronically only. Please send all correspondence or inquiries by email only to the Contracting Officer. Contact Information: Idalia Algarin, Contracting Officer Idalia.Algarin@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d164f1f010d4b57bd4b08abc8036680/view)
 
Record
SN06869051-F 20231028/231026230052 (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.