SOLICITATION NOTICE
Y -- RECOVERY Y--Recovery Act - Upgrade Main Elevators
- Notice Date
- 12/7/2009
- Notice Type
- Presolicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;2300 Ramsey Street;Fayetteville NC 28301
- ZIP Code
- 28301
- Solicitation Number
- VA-246-10-RA-0076
- Archive Date
- 1/6/2010
- Point of Contact
- Patricia K EasterContracting Officer
- E-Mail Address
-
Contracting Officer
(Patricia.Easter@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RECOVERY ACT - The VISN6 Centralized Acquisition Services, Fayetteville, NC plans to issue an Invitation for Bids (IFB) VA-246-10-RA-0076 to complete the project Upgrade Main Elevators at the VA Medical Center in Fayetteville, North Carolina. The work includes but is not limited to providing all labor, materials, transportation, equipment and supervision for this project. The proposed procurement is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The NAICS Code is 238290 and the small business size standard is $14,000,000. The project is located at the VA Medical Center, 2300 Ramsey Street, Fayetteville, NC. The solicitation will be issued on 22 Dec 2009 and a Pre-Proposal Conference will be held on 6 Jan 2010. The deadline for receipt of questions is ten (10) days prior to the bid due date. Bids will be due on 22 Jan 2010. The estimated price range is between $500,000 and $1,000,000. All dates in this notice are estimates; the actual dates will be stated in the solicitation. Construction duration is 280 calendar days from receipt of the Notice to Proceed. This includes final inspection and clean-up. This project replaces three elevators known as the Main Elevators, in Building 1. The work includes duplex passenger elevators and one service elevator. Elevators serve 6 floors (Basement through 5th). There is an elevator pit below the basement level. Work will be phased; Phase 1 consists of the duplex passenger elevator work; and Phase II consists of the service elevator work. The basic structural components of the elevator cars and guiderails will remain in service, though all the finishes, controls, lighting, mechanical systems and other features of the cars will be new. The project includes removal of the old elevator equipment. Landings on the floors served by these elevators will have new finishes; new hoist-way doors, call buttons, car position indicators, and other elevator devices at each floor level are also part of the project. Elevator machine room on the penthouse level is converted from an unconditioned, unenclosed room with window ventilation to a mechanically cooled space enclosed by 2-Hour fire-rated walls. Windows are replaced to provide a weather tight equipment room. Many utilities must be relocated in the machine room area, and new equipment such as main power panels, a fire alarm panel, etc. are required. Elevator hoist-ways receive upgraded lighting, GFCI power, sprinklers, smoke detectors and related features. Equipment replacement includes drive machines complete with new machine worms and gears, brakes, emergency brakes (rope gripper), drive motors, deflector sheaves, suspension ropes, motion/motor/operation controllers with VVVF drive, governors, governor tension sheaves and governor ropes, car mechanical safeties, car and counterweight roller guides, car door operators, Car Door Electronic Curtains, Car and Hoist-way Door Hangers, Hanger Rollers, Closers, Interlocks and related Door Hardware, Car and Hoist-way Limit Switches, Emergency Speed Limiting Devices, Machine Room and Hoist-way Wiring, Traveling Cables, Top of Car Inspection Stations and Hoist-way Access Switches. Provide new Car Operating Panels, Car and Hall Position Indicators, Hall Lanterns and Hall Push Buttons. Provide new Stainless Steel Front Return Panels including Headers, Jambs, Stainless Steel Car Doors, Car Door Sills, Ventilation Fans, Lighting, and Flooring. Provide new Hoist-way Door Panels and Hoist-way Entrance Frames at each Entrance (stainless steel); new Door Jamb Markings. Hoist-way Entrance Sills shall be cleaned and painted. Plans and specifications are not available in paper format. It is the bidder's responsibility to monitor the Internet site for the release of the solicitation and any amendments. Potential bidders will be responsible for downloading the solicitation, and amendments, and all other construction documents. Bidders must be registered with the Central Contractor Registration Database (CCR) as well as with the Veterans Business Opportunities Database, and the Online Representations and Certifications (ORCA) to receive a Government contract award. You may register with the CCR at www.ccr.gov; the Veterans Business Opportunities at www.vetbizops.gov and ORCA at https://orca.bpn.gov/. Point of contact for this project is Patricia K. Easter, email patricia.easter@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC565/FaVAMC565/VA-246-10-RA-0076/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center;2300 Ramsey Street;Fayetteville, NC
- Zip Code: 28301
- Zip Code: 28301
- Record
- SN02018174-W 20091209/091207234702-76867950ca769a2fd2011eabdf55a076 (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 |