DOCUMENT
Y -- Safe Patient Handling Site Preparation - Attachment
- Notice Date
- 5/11/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 5 RM 225;Sheridan WY 82801
- ZIP Code
- 82801
- Solicitation Number
- VA25911RP0112
- Response Due
- 6/27/2011
- Archive Date
- 8/26/2011
- Point of Contact
- Jason Brown
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA-259-11-RP-0112 Project # 666-11-801 Mountain View and Ambulatory Care Patient Lift Site Preparation Project FBO Presolicitation Description The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting proposals for "Mountain View and Ambulatory Care Patient Lift Site Preparation" Project #666-11-801. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-11-RP-0112 for the following: Construction services are required to provide site preparation for fourteen patient handling and movement lifts in Mountain View Living Center and three rooms in the Ambulatory Care Area of the Sheridan Wyoming Veteran's Medical Center per the drawings and specifications. The construction period shall be a maximum of 90 calendar days. Statement of Work: Contractor shall provide equipment and labor required for the site preparation for the installation of seventeen patient handling and movement lifts. Work will include, minimally, that shown on the provided drawing, sheet A1. Additional work may be required once the lift manufacturer provides detailed location drawings. Additional work will be done during the same time frame as the installation of the patient lifts by the patient lift manufacturer. Work will include: 1.Relocation of fire sprinkler heads. 2.Relocation of HVAC grilles, registers, and diffusers. 3.Relocation of lights. 4.Relocation of privacy curtains. 5.Coordinate work with lift manufacturer, detailed location drawings provided by lift manufacturer, and the VA. 6.Provide adequate time for VA to prepare rooms for construction after location drawing delivery from lift manufacturer. 7.Incorporate Infection Control measures during construction as directed by VA in accordance with facility policy and infection control staff. MCM-140-02. 8.Schedule of work, to include all phasing requirements and coordination of any utility shutdowns. Codes: All work shall be provided in accordance with the most current edition of the following criteria: a.VA Construction Specifications provided with bid package. b.Drawings showing floor plan and patient lift track locations. c.VA Design and Construction Procedures. VA PG-18-3. d.VA Accessibility requirements including ADA and UFAS. VA PG-18-13. e.National Fire Protection Association Codes (NFPA) f.National Electrical Code (NEC). g.Occupational Safety and Health Administration (OSHA) standards. Deductive alternates: Deductive alternates, if need be, will be subtracted from the base bid in the order listed below until the VA reaches a price that will meet the project budget. The base bid shall be for the preparation of all rooms as per the specification. 1)The first deductive alternate shall be the price for preparation in room 104 in the Mountain View Living Center in building 86. 2)The second deductive alternate shall be the price for preparation in room 103 in the Mountain View Living Center in building 86. 3)The third deductive alternate shall be the price for preparation in rooms 112, 113, 123, and 124 in the Mountain View Living Center in building 86. 4)The fourth deductive alternate shall be the price for preparation in rooms 127, 128, and 131 in the Ambulatory Care area in building 71N. 5)The fifth deductive alternate shall be the price for preparation in rooms 114, 115, 116, 118, 122, and 125 in the Mountain View Living Center in building 86. CONTRACT DURATION: Performance period is approximately 90 calendar days from date of receipt of Notice to Proceed. The estimated construction range is below $25,000.00. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 236220 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about May 26, 2011 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is tentatively scheduled for June 1, 2011, at 9:30 a.m. (Mountain Time), in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. This will be the only site visit allowed; alternate site visit requests will not be accommodated. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-11-RP-0112 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered AND VERIFIED as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25911RP0112/listing.html)
- Document(s)
- Attachment
- File Name: VA-259-11-RP-0112 VA-259-11-RP-0112.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199712&FileName=VA-259-11-RP-0112-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199712&FileName=VA-259-11-RP-0112-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-259-11-RP-0112 VA-259-11-RP-0112.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199712&FileName=VA-259-11-RP-0112-000.doc)
- Place of Performance
- Address: 1898 Fort Road;Sheridan WY
- Zip Code: 82801
- Zip Code: 82801
- Record
- SN02444819-W 20110513/110511234105-37694b23f53f3a22c7d15aff902f83fe (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 |