MODIFICATION
Y -- Audiology Booth Site Prep project # 688-CSI-001 - DC Changing the Response date from 6/15/2012 to 7/17/2012. IFB solicitation will be posted on or about 06/14/2012. All other terms and conditions remain unchanged.
- Notice Date
- 6/1/2012
- 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 1;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24512B0198
- Response Due
- 7/17/2012
- Archive Date
- 10/15/2012
- Point of Contact
- Marilyn Rodriguez
- E-Mail Address
-
CONTRACT SPECIALIST
(MARILYN.RODRIGUEZ@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS. VISN 5 Network Contracting anticipates the award of an Invitation for Bid of a firm-fixed-price contract for the Audiology Booth Site Prep, at the VA Maryland Health Care System at the VA Medical Center, 50 Irving St. NW, Washington, DC 20422. Contractor will renovate projects involving approximately 10,000 square feet renovation of interior space. The renovated space will provide the full range of outpatient care for veterans. Remove seven (7) double wall control and double wall audiology booths. Replace the suites with new double wall audiology booths. There will be a total of ten (10) suites when the project is over. Remove cap and reinstall sprinklers and to tie-in to existing system in the audiology booths. Patch/Paint walls in the audiology suite. Replace all 2' X 2' Acoustic Ceiling Tiles. Replace Bumper Guards/Corner Guards in patient corridors in Audiology Suite. Re-sand handrails and re-install handrails in patient corridors in Audiology Suite and main corridor leading to the Audiology Suite. Remove wall covering in all corridors, offices and all other interior space with audiology suite. Patch and Paint corridors including offices and all other interior space with audiology suite. Remove wall covering in main corridor leading to and surrounding Audiology Suite wing, patch and paint corridor. Replace floor tiles in corridors and the main corridor leading to Audiology Suite. Remove 2' x 2' lighting and replace with 2' x 2' Recessed Direct/Indirect Fluorescent fixture, electronic ballast for 2 ballasts (double switching) Lithonia Lighting Type. Replace floor tiles in patient areas in Audiology Suite wing with wood look flooring. Relocate the existing waiting space and rebuild for maximum patient privacy. Relocate the existing conference room and rebuild for maximum privacy and efficiency. Remove the tiles on the wall and replace with acoustical panels to address sounds in the suite. Remove all the carpet on the walls and replace with acoustical panels to address sounds in the suite. Replace entry doors to the audiology suite. Caulk and seal all windows. Contractor shall furnish product data sheet and shops drawings and other submittal requirements that are specified elsewhere solicitation specifications. Work will include the furnishing of all labor, parts, materials, supervision, and components for the identified areas at the, located at VAMC-DC, 50 Irving St. NW, Washington, DC 20422. Provide and prepare documents for work to be completed in multiple phases, and provide construction phasing plan on the project. They should include work sequence, safety precautions, flag plan, directional signage, decorative wall wraps, construction signs and directional signage while under construction. The phasing plan shall be delivered within 15 days of the issuance of the notice to proceed. Provide digital renderings of the finished product for display at the medical center. Provide 3 finish boards of the finished product for display at the medical center. Provide a digital finish board of the finishes for display at the medical center. Visually inspect and photograph existing conditions. OSHA Safety and Federal Wage Guidelines, VA life safety and Infection Control permit must be posted at the project site. Contractor must provide and maintain approved fire extinguishers at the construction sites. Request for Utility Outages/and Burn Permits must be submitted (72) hours in advance for approval. Any major outages that affect the VAMC/DC will require a (2) week advance notice for approval. Parking for contractors will not be permitted on the VAMC/DC facility. Violators will be towed at the owner expense. Detailed construction logistics will be addressed in the specifications and pre-construction meetings. Contractor will maintain their own dumpster at an approved location, for removal of waste materials. Strict dust control measures must be adhered to regarding demolition and removal of materials. All construction areas must be kept locked and secured. Contractors are required to wear VA identification badges while working at the VAMC/DC facility. ID Badge requirements take approximately 40-60 days for final approval, and contractors must submit to TB testing at the Office of Occupational Health prior to start of any work. 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) will be required to go through the required access for VA Medical Center. All work is to be completed within approximately 210 calendar days after date of receipt of notice to proceed. This includes final inspection and clean-up. The applicable North American Industry Classification System Code for this procurement is 236220. To be considered a small business under this code the SBA size standard must not exceed $14 Million. The construction cost range for the project is between $2,000,000. and $5,000,000. The Invitation for Bid (IFB) solicitation will be issued on or about June 14, 2012. All information for this solicitation will be posted on FedBizOpps http://www.fedbizopps.gov. 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. All interested parties MUST be registered in the Central Contractor Registration (CCR) Database and verified in the VetBiz Vendor Information Pages at vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) firm, registered with Dun & Bradstreet and must have a current record in the 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. Contractor will be required to submit documentation that specifies the contractor in question has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. The Contracting Specialist for this procurement is Marilyn Rodriguez, (410) 642-2411 extension 6075, email: marilyn.rodriguez@va.gov. All interested contractors must ensure that their firms have the ability to provide a bid guarantee and 100% Performance and Payment Bonds. Award of contract will be SUBJECT TO THE AVAILABLITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24512B0198/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA MEDICAL CENTER;50 IRVING STREET NW;WASHINGTON, DC
- Zip Code: 20422
- Zip Code: 20422
- Record
- SN02764203-W 20120603/120601235928-213c0e832efed52e2123b2e4907e916f (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 |