Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
DOCUMENT

Z -- Improve Lakemont Campus Interior - Attachment

Notice Date
3/23/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Lakemont Campus Rm;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24811RP0270
 
Archive Date
6/30/2011
 
Point of Contact
Christy Glass
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***** PRE-SOLICITATION VA-248-11-RP-0270 ***** ** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ** ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The Department of Veterans Affairs, Network Contracting Activity 8, Orlando Florida VA Medical Center (OVAMC) intends to solicit and negotiate a Construction, firm-fixed-price contract to remodel and update various areas of the 1st and 2nd floors located at the Orlando VA Medical Center ™s Lakemont Campus, 2500 Lakemont Avenue, Orlando Fl 32814. A Request for Proposals (RFP) for this project is estimated to be released on or about April 22, 2011. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. PROJECT 675-11-300 DESCRIPTION: This project will improve the common areas of the 1st and 2nd floors at the Lakemont Campus Building that still have the original building hallway paint color and original floor tile. It is intended that this project be a remodeling project based on the existing drawings provided by the VA Medical Center. All finishes shall be approved by the VA Interior Designer. Existing (tile) flooring in the corridors shall be removed and Luxury Vinyl Tile, color, size and pattern TBD by interior designer reinstalled. The existing Ceiling grid (2 ™X4 ™) in the corridors shall be redone with 2 ™X2 ™ ceiling tiles and grid. The walls in all corridors shall be textured with an śorange peel ť finish and painted with two (2) coats of paint. As floor tile is demolished in corridors, drywall behind wall base shall be repaired as necessary. Rubber wall base shall be installed in all corridors with corner guards installed in selected areas, as shown on plans. At each doorway, signage shall be updated, with design approval by interior designer, to display room numbers and occupants in ADA compliant format. Three (3) modular type directories are to be installed outside of elevators and at front entrance to show direction to rooms and accompanying parties. In the exterior mechanical room that houses the chillers, the walls shall be pressure cleaned and painted along with cleaning and properly prepping the floor for chemical resistant epoxy paint. All bathrooms on the 1st and 2nd floor shall be completely remodeled with new countertops, partitions, water fixtures, wall and flooring tile. Two of the bathrooms on the 1st floor shall have the showers and lockers eliminated. The remaining space in those bathrooms will be designed for additional toilets and urinals. All the doors on the 1st and 2nd floor shall be refinished to remove scratches and other surface damage. Doors too damaged to refinish will be replaced with solid wood fire-rated doors while still utilizing the existing door frames, knobs, locks and closers. The dinning room shall be updated with new tile flooring, paint, high top counter re-lamination, stools reupholstering, and new cabinets and counter top replacement or installation in kitchenette. All work shall be completed during śWHEN ť hours (Week-end, Holiday, Evening & Nights) beginning at 5:00 PM Monday-Friday. All spaces must be fully functional while work is being done. Dust barriers are to be in place where drywall, or any dust is being generated. The Estimated Cost Range for this project is between $500,000 and $1,000,000. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction. The Small Business size standard is $33.5 Million. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered at the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm. NOTE: Effective 1 October 2010, an apparent successful offeror must apply for and have received verification status from the Center of Veterans Enterprise (CVE) PRIOR to receiving award. Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/. POC for this project is: Christy Glass, Contracting Officer Construction Team 3. Telephone requests for information or questions will NOT be accepted. Please email questions to Christy.Glass@VA.Gov and ensure that the subject line includes: śPre-Solicitation VA-248-11-RP-0270 Improve Lakemont Campus Interior ť
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24811RP0270/listing.html)
 
Document(s)
Attachment
 
File Name: VA-248-11-RP-0270 VA-248-11-RP-0270 IMPROVE LAKEMONT CAMPUS INTERIOR.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=185419&FileName=VA-248-11-RP-0270-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=185419&FileName=VA-248-11-RP-0270-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Orlando VA Medical Center ™s Lakemont Campus;2500 Lakemont Avenue;Orlando Fl
Zip Code: 32814
 
Record
SN02407226-W 20110325/110323234231-178893e68e829deff50b7ff065a05cc8 (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.