Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
SOURCES SOUGHT

Z -- Service Disabled Veteran Owned Sources Sought for hospital renovations at the Kansas City Veterans Administration Hopsital, Kansas City, MO

Notice Date
10/12/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-11-S-JAK
 
Response Due
10/26/2010
 
Archive Date
12/25/2010
 
Point of Contact
Judy Kibler, 314-331-8521
 
E-Mail Address
USACE District St. Louis
(judith.a.kibler@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential Service-Disabled Veteran-Owned Small Business sources capable of performing the project described below. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses, a solicitation announcement will be published in the Fedbizopps website. There are two major pieces to this project at the Kansas City Veterans Administration Medical Center; each one is comprised of several smaller pieces. The designs for these projects pieces have been completed by two separate A/E firms. These project pieces share common infrastructure making coordination of the construction pieces a must. Project 589-362 Renovate 6 East for Dialysis This project will renovate a portion of the sixth floor of Building 1 for an outpatient / inpatient dialysis unit, placing it closer to an inpatient medicine ward. The project will involve renovating approximately 12,000 square feet of primarily vacant space. Work will include asbestos abatement, some demolition, new walls, plumbing, HVAC, electrical, communications and other work necessary for a complete and functional dialysis unit. The 6th floor will have special water requirements for Dialysis. A Reverse Osmosis (RO) system and Dialyzing Acid system will be required. Existing Dialysis units are portable and will be relocated and used in the new area. This project will address 85% of the projected space gap for Dialysis in 2025 which will address 94% of the capacity gap for the same year. 589-367, Renovate 10th floor for Inpatient Psychiatry This project will construct a state of the art inpatient psychiatry ward that will accommodate patient needs at the Kansas City VAMC. To include space consideration for a treatment population of highly complex psychiatric patients comprised of general psychiatry patients, female psychiatry patients, geriatric psychiatry patients and psychiatry patients with complex medical needs. Specific attention will be given to space requirements for the protection of patient privacy, gender specific bathroom/shower areas, areas for group activities and the safety/security precautions for both patients and staff members. The 10th floor will have special Patient Safety requirements for suicide prevention. This project will be completed in 2 phases, East first then patients on the West side will be moved to the new space on the West side and West side construction will begin. The work on the 6th, 7th and 10th floors will be concurrent. The 6th and 7th floors East will be vacant and the 10th floor East will be vacant all at the same time. The other floors of the medical center will be occupied during construction. Some work (heavy demolition, core drilling, high noise generation) will need to be scheduled other than normal business hours. Infrastructure (plumbing, electrical, HVAC) are required to meet the current National Fire Protection Association (NFPA) standards and the current VA design criteria. VA design Guides and Master Specifications can be found at http://www.cfm.va.gov/ All location will have emergency power requirements as required by VA specs and NFPA 70 and 99. All locations will have HVAC requirements that include ducted return air, specific number of air changes per hour based on the function of the space. Because this is renovation work and not new construction experience working in an operating medical facility is vital. The estimated price range of these projects is between $5 and $10 Million. The NACIS Code if 236220 and the small business size standard is $33.5 million The VA will require the prime contractor to have documentable experience showing completed project of similar size and scope in a hospital environment. Firms interested and capable of providing the required services should provide: 1. At least three (3) similar, completed hospital contracts, performance rating and POC. 2. The company name, address, point of contact, size of business pursuant to the following questions: (a) is your business small (b) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (d) Is your firm a certified HubZone firm? (e) Is your firm a certified Service-Disabled Veteran Owned Small business? Responses to this notice shall be e-mailed, mailed or faxed to the attention of Judy Kibler, US Army Corps of Engineers, 1222 Spruce Street, Room 4.207, St. Louis, MO 63103. Fax number is (314) 331-8587. E-mail address is Judith.A.Kibler@usace.army.mil. Responses must be received by 3:30 on 26 October 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64e15f615d740a6a714838eafd39856a)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02309811-W 20101014/101012234205-64e15f615d740a6a714838eafd39856a (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.