Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
MODIFICATION

Y -- EXPAND GI CLINIC, OUTPATIENT PHARMACY AND PRIME CARE CLINIC

Notice Date
8/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-09-IB-0279
 
Response Due
9/25/2009
 
Archive Date
12/24/2009
 
Point of Contact
Kathy Laffey-MillerContract Specialist
 
E-Mail Address
Contracting Officer
(Kathleen.laffey-miller@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitaion VA250-09-IB-0279 is being amendmended to upload the drawings. All other terms and conditions remain the same, inlcuding the bid opening date of 9-25-09. Expand GI Clinic, Outpatient Pharmacy and Prime Care Clinic at the VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428. Contractor shall provide all the necessary general construction, labor, materials, tools, supervision, insurance and equipment to construct a Primary Care addition to Building 340 (B-340). In addition, the project will also renovate space in building 330 (B-330) to improve and expand the Gastroenterology (GI) Clinic. The Primary Care Clinic adds approximately 17,000 gross square foot (GSF) of additional space and includes but is not limited to approximately 26 Primary Care offices, a procedure room, a telephone triage room, approximately 10 Ancillary Services offices, waiting room/lobby and an adequate number of nurses stations utilizing modular furniture. Approximately 4,000 to 5,000 GSF of the Primary Care Clinic expansion shall be designed to provide 4 exam rooms, 2 treatment rooms, a triage room, 2 office spaces, a reception waiting room area, and miscellaneous other spaces dedicated to providing medical care to female veterans. Work also includes providing a new air cooled chiller and HVAC system with variable air volume and reheat coils to service the addition, and to extend the existing B-340 Direct Digital Control system to monitor and control the new HVAC system in the B-340 expansion. Also included is steam to hot water converter system for heating the B-340 addition; fire sprinklers and fire alarm systems for the addition and renovated spaces; telephone and communication drops throughout utilizing CAT 5e connectivity; and new primary electrical service and other utility tie-ins sized for the entire addition. The GI Clinic renovation will renovate approximately 9100 GSF of existing Gastroenterology (GI) Clinic areas and adjacent spaces on the first floor of B-330 and to improve and expand GI Clinic operations. The work includes, but is not limited to approximately 4 Upper Endoscopy (ECD)/Colonoscopy procedure rooms, 2 Endoscopic Retrograde Cholangiopancreatography (ERCP) procedures rooms, a patient recovery area, 10 supporting administrative offices and all other supporting clinical and patient preparation/recovery areas as necessary. Work includes, in part, possible structural changes, updated flooring and finishes, casework, modular systems furniture, ceiling treatments, and lighting. Also included are fire sprinklers and fire alarm systems for the renovated spaces. All work is to start at the same time and run currently. All work shall be completed in accordance with the specifications and drawings. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vetbiz.gov, www/vets100.gov, http://ccr.gov, and http://orca.bpn.gov and Dun and Bradstreet, to be eligible for award. Bidders MUST ensure registration in these websites are accurate and have not expired prior to bid opening date. Project magnitude is between $5,000,000.00 and $10,000,000.00. The NAICS code is 236220 and the business size standard is $33.5 million. BONDS in form of Bid, Payment and Performance will be required. SITE VISIT: will be scheduled and that information will be in the solicitation package. The solicitation documents will be posted at www.fedbizopps.gov on or about August 20, 2009, with bid opening approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium only. All interested Bidders (primes & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. A Bidder's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidders responsibility to be registered at the www.fbo.gov website and be aware of any changes, site visit information etc. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.fbo.gov. Paper copies of the amendment will NOT be individually mailed. By registering in the www.fbo.gov website, you will be notified by e-mail of any new amendments that have been issued and posted. No other notification amendment will be provided. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.214-3 Amendments to Invitation for Bids. Bidders should re-visit the Website periodically to look for updates. All requests for information are required to be in writing to the Contracting Officer and shall be received within twelve days prior to bid opening; no telephone inquiries will be accepted. Questions may be faxed to 937-262-5974. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. See Numbered Note 29.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA-250-09-IB-0279/listing.html)
 
Record
SN01932742-W 20090830/090829011527-87e44c9d3e5161ae1d85c5f9135b6691 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.