Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
DOCUMENT

Y -- STX Green House Pergola - Attachment

Notice Date
12/21/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Central Texas Veterans HCS;1901 S. 1st Street;Temple TX 76504
 
ZIP Code
76504
 
Solicitation Number
VA25712R0065
 
Response Due
12/20/2011
 
Archive Date
2/18/2012
 
Point of Contact
Harold Robbins
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The South Texas Veterans Health Care Systems (STVHCS) anticipates awarding a Firm-Fixed- Price (FFP) Construction Contract to design-build a pergola in the location of the existing greenhouse at the Audie L. Murphy Hospital of VA South Texas Health Care System. Design criteria shall comply with VA specifications (see VA web-site: http://www.cfm.va.gov/contract/ for VA Specifications and Design Criteria) and all applicable city, county, state, and federal regulations and codes and OSHA standards. The bullet points listed below outline the construction requirements. "Contractor to hire A/E to design the pergola, herringbone path, and lighting and submit for approval and structural engineer to deal with the analysis and design of any structures that supports or resists loads. "All site visits will be pre arranged by the Contracting Officer's Technical Representative giving at least 48 hours notice and must include an escort at all times with no access to patient information. "Construction areas shall be adequately fenced. The contractor shall provide, construct, and maintain the fence thru out the project. "Pergola will be designed to fit within the existing footprint of greenhouse and surrounding area. "Demolished concrete and removed earth shall be recycled. Reports of weight and deposition of all waste are to accompany the monthly progress payments. "Demolition of existing greenhouse and slab maintaining the outer retaining walls. "Retaining walls architectural cap shall mimic existing. "South retaining wall shall use existing braces to incorporate a new seating bench. "Removal of all existing work benches and planter benches. "Match existing herringbone pattern and pavers. "Pavers shall be removed, re-leveled, and reused. "Architect shall mimic existing pergola and herringbone paver design to integrate seamlessly with current architectural features. "New plants to go in existing oval planting bed to include planting beds against south wall. "Architect shall use energy efficient light-emitting diode type lighting for new and existing pergolas. "Demolition shall take place with minimal disruption of foot traffic adjacent to existing greenhouse and current structures. "Utility relocations shall be coordinated with the Contracting Officer's Technical Representative and respective utility companies prior to any demolition work being performed. All utility relocation to be done without disruption of service. "Drawing files to be submitted in Revit and 2011 AutoCad using AIA Standard Layers. "Present to the Contracting Officer's Technical Representative one (1) full and five (5) half size checks sets due after completion of Schematic Design, Design Development, 50% and 100% Construction Documents. "Present to the Contracting Officer's Technical Representative two (2) full sets, three (3) half sets of final construction documents and CD of all CAD files. "Present to the Contracting Officer's Technical Representative two hard copies and electronic copy of specifications sheets related to this job. "Any and all building materials utilized shall first be approved prior to purchase and or utilization by a representative of the Department of Veterans Affairs. "180 days to design and build. This entire Project period of performance is 180 calendar days after receipt of Notice to Proceed (NTP). The method of procurement shall be a Request for Proposal (RFP) in accordance with Parts 15 and 36 of the FAR, with a proposal due date on or before January 24, 2012 at 4:30pm CST. The VA reserves the right to use only Federal Business Opportunities/FedBizOpps (FBO) website - www.fbo.gov via the internet, to provide notification of any amendments to this requirement and to post the subsequent RFP solicitation. It is the contractor's responsibility to view the FBO website daily for any amendments to this requirement and to obtain the RFP. This procurement is a competitive offer and the solicitation will be advertised as a 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), under Public Law 109-461 (38 USC 8127), offers received from other than SDVOSB concerns will not be considered. The applicable NACIS Codes for this requirement is 236220, with a size standard of $33.5 Million. COST RANGE between $100,000.00 and $250,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACTHCS674/VACTHCS674/VA25712R0065/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-12-R-0065 VA257-12-R-0065_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283087&FileName=VA257-12-R-0065-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283087&FileName=VA257-12-R-0065-000.docx

 
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: Audie Murphy Memorial Veterans Hospital;7700 Merton Mintor Blvd;San Antonio, TX
Zip Code: 78229
 
Record
SN02643598-W 20111223/111221234733-7b55875826711debde982c621b347a53 (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.