Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
MODIFICATION

Y -- PROJECT 512-515 FORT MEADE CBOC

Notice Date
5/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 9;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24510IB0093
 
Response Due
6/29/2010
 
Archive Date
9/27/2010
 
Point of Contact
SANDRA ANDERSON
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Maryland Health Care System at the VA Medical Center, Perry Point, Maryland is seeking services of a qualified Service-Disabled Veteran Owned Small Business to provide all labor, materials, equipment and supervision required to construct a new Community-Based Outpatient Clinic (CBOC) located at Fort George G. Meade, 8479 5th Street, Fort Meade, MD 20755, Anne Arundel County in accordance with drawings and specifications. A single-story building 13,200 SF structure with a 1,244 SF enclosed (all-weather) connecting corridor between the CBOC and the existing Kimbrough Ambulatory Care Center, and includes a 1,152 SF canopy over the entrance drop off. The building's space program includes general and psychiatric examination rooms, opthalmological and audiological examination/treatment suites, nutrition, clinical laboratory, physician's offices, administrative offices, nurse station, staff support, and public/waiting spaces. The main structure of the new building is steel post and beam frame with masonry veneer exterior wall construction. The floor is a concrete slab on grade. The main roof structure will be a concrete topped metal deck. A steel framed roof mansard with standing seam metal roofing will be placed on top of the main roof structure. The interior partitions are metal stud and drywall construction. Site related construction consists of new on-grade parking (100 cars) and entrance/exit driveways, site lighting, curb, gutters, sidewalks and site landscaping. The new building shall be LEED Silver "Certifiable"; however, LEED Certification through the USGBC is not within the Project scope. An overall environmentally conscious and sustainable design approach has been applied to the architectural and engineering components. Examples are geothermal mechanical system, water-reduction plumbing fixtures, low-e window glazing, and three-tiered lighting system, recycled building materials, diversion of construction waste and low emitting materials for the building interior. Environmental consciousness will need to continue through-out the construction of the new building and will include diverting construction waste from landfills. The project will also require some minor renovations to the existing adjacent building. Employee Identification and Security Clearance will be required for all contractor employees. Proper identification (valid citizen and non-citizen ID cards, valid passport or naturalization papers) to go through the required access for Fort George G. Meade. All work is to be completed within approximately 395 calendar days after date of receipt of notice to proceed. This includes final inspection and clean-up. The NAICS Code for this procurement is 236200. To be considered a small business under this code the SBA size standard must not exceed $33.5 Millon. The construction cost range for the project is between $5,000,000 and $10,000,000. The solicitation package is estimated to be posted on FedBizOpps, which can be accessed at http://www.fedbizopps.gov on or about May 26, 2010. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings and subsequent amendments, if any. The solicitation will be issued pursuant to the authority of Public Law 109-461, 38 U.S.C. 8127 and 8128. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. Potential bidders MUST register at FedBizOpps www.fedbizopps.gov in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps website. The bid opening will be 30 days after issuance of the solicitation. The deadline for receipt of questions is 10 calendar days prior to bid opening. All questions must be submitted in writing to the Contracting Officer. All interested parties MUST be registered in the Central Contractor Registration (CCR) Database and VetBiz Vendor Information Pages (VIP) and have completed Online Representations and Certifications Application (ORCA) prior to bid opening. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.gov. You may register in VIP at http://vip.vetbiz.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. The Contracting Officer for this procurement is Sandra A. Anderson, (410) 642-1747, email: sandraa.anderson@va.gov and the Project Manager is Melissa Bayard, (410) 605-7000 x5889, email: Melissa.bayard@va.gov. All bidders must ensure that their firms have the ability to provide 100% Performance and Payment Bonds, and 20% Bid Guarantee. Award of contract will be SUBJECT TO THE AVAILABLITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24510IB0093/listing.html)
 
Place of Performance
Address: Fort George G. Meade;Kimbrough Ambulatory Care Center;8479 5th Street;Fort Meade, Maryland
Zip Code: 20755
 
Record
SN02161651-W 20100528/100526235848-e5932b8b0c4c0fbc2517e576aeedc9ed (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.