SOLICITATION NOTICE
Y -- Site Support for True Beam for Linear Accelerator
- Notice Date
- 10/8/2024 6:36:03 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224B0049
- Response Due
- 10/21/2024 1:00:00 PM
- Archive Date
- 01/28/2025
- Point of Contact
- Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 X4928
- E-Mail Address
-
Patricia.Cordero@va.gov
(Patricia.Cordero@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 4 of 4 Page 4 of 4 THIS IS A PRE-SOLICITATION NOTICE ONLY Project No. 526-CSI-137; Site Support for True Beam Linear Accelerator at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES GENERAL SCOPE/Statement of Work. The Contractor must furnish all labor, materials, tools and supervision to complete the following: The department of Veterans Affairs is soliciting offers/bids from qualified SDVOSB firms for Construction services to provide labor, material and supervision for the Site Support for True Beam Linear Accelerator project located at the James J Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 and as specified on the plans, specifications, and contract documents. General Scope: The project will require professional construction services (including, labor, materials, and supervision) required to renovate approximately 700 SF of existing space in rooms GD-105 (LINAC room) and GD-106 (control room); upgrading its conditions and utilities to accommodate the installation of a VARIAN/SIEMENS Linear Acceleration Unit establishing itself as a fully functional Linear Accelerator Suite. The Linear Accelerator unit will be considered Government Furnished Equipment. Contractor is required to coordinate site support, delivery, and installation. Work will include but will not be limited to architectural, mechanical, electrical, plumbing, fire protection, etc.) modifications required to renovate the Linear Accelerator Suite to be in compliance with VA Design Criteria. The construction shall incorporate Planetree methods to create a patient care environment conducive to patient comfort and healing. The major equipment components (LINAC) are Gov t furnished. The mechanical construction consists of modernization of the HVAC cooling system to include new separate temperature controls compatible with the existing building management system/JCI. The system shall provide supplemental cooling to provide additional comfort in the control room area. Existing diffusers are to be replaced but main ductwork is to remain. Additionally, plumbing construction shall include a new in-kind sink and faucet fixtures. Fire protection construction will relocate branch piping and sprinkler heads. The electrical construction provides that the new accelerator upgrades the existing power feed from the existing LINAC unit; new LED lighting and dimming controls shall replace the existing lighting and controls. All disposals shall be done in accordance with federal, state, and local laws and regulations. All bulk waste shall be disposed of in contractor provided dumpsters. SAFETY REQUIREMENTS Contractor shall comply with VA and OSHA safety standards. PERIOD OF PERFORMANCE All work must be completed within 270 calendar days of notice to proceed. This period of performance includes reasonable durations for all submittals to be approved prior to beginning construction. Contractor is required to notify the COR/CO prior to any approved work to be performed at the JJP VAMC. WARRANTY The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contractor further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at their own cost. INSPECTION A final inspection for quality assurance shall take place by VA personnel prior to acceptance of the work. Applicable NAICS Code: 236220. Estimated Completion Time: 270 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Veterans Small Business Certification (Vet Cert) at Veteran Small Business Certification (sba.gov) prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 236220, with a Size Standard of $45.0 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The cost range for this project is between $500,000 and $1,000,000. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around November 15, 2024. The bid submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the Sam website at https://www.sam.gov Amendments to this solicitation will be posted on the Sam.gov website as well. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of bid opening. All bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. E-mail questions concerning the solicitation to Patricia Cordero at patricia.cordero@va.gov. Responses to this Pre-Solicitation notice must include your firm s capability statement in writing (email) and must be received no later than October 21, 2024, at 4pm Noon EST. Email: Patricia.Cordero@va.gov. No telephone inquiries will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee596ecc1a894f608bf71981ee12991b/view)
- Place of Performance
- Address: James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468, USA
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN07235833-F 20241010/241008230109 (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 |