Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
DOCUMENT

Z -- Construct Parking Structure PN: 589-332 - Attachment

Notice Date
4/11/2014
 
Notice Type
Attachment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25514I0893
 
Response Due
5/9/2014
 
Archive Date
8/7/2014
 
Point of Contact
Jeanette Mathena
 
E-Mail Address
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice to determine the availability of small business firms for a possible small business category type set-aside for Construction Services project: This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An Award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP. The general scope of work: The following Narrative is intended to provide an overview of the scope of work of the Proposed 5 Level Parking Garage Addition at the Harry S. Truman Memorial Veterans Hospital Site Location. The proposed precast concrete parking garage will be constructed directly south of the main entrance drive to the Hospital on a portion of an existing surface parking lot. The new garage will provide 540 parking spaces total. The total net additional parking spaces added to the campus by the addition of the parking structure will be 436 spaces. A future phase has been planned for that would more than double the size of the parking structure at a future time. During the construction of the garage there will be an addition of two drives from the main drive into the north side of the new parking garage. Also the sidewalk currently along the south side of the entrance drive will be removed and replaced to accommodate the new garage entrances. The surface parking lots south of the parking garage will be reconfigured and resurfaced and will provide access the Hospital's main entrance using a new sidewalk along the west side of the parking lot. This sidewalk path will pass through the parking garage at the southwest corner of the structure and link back into the current sidewalk to the main entrance. Additionally, the current site stairs that provide access to the out buildings east of the main building and west of the parking lot will be reconstructed during the expansion of the existing parking lot. Access from the parking garage to the main entrance will be either from a ramped Handicap accessible sidewalk from the west side of the garage next to the stairs or from the drive openings to access the non-handicap accessible north exterior sidewalk along the parking structure. The parking structure is designed as an open parking garage per the 2012 IBC and the VA Parking Design Manual and is to be constructed utilizing precast concrete 12' double tees with field applied 3" concrete topping, precast beams, walls and columns. The configuration of the parking in the garage allows for ninety degree parking throughout the garage and is designed in a two-bay configuration. The parking structure will be supported by straight shaft drilled concrete piers that extend to limestone bedrock approximately 25 ft. below grade. The affected existing light poles in the surface parking lot will be removed and relocated to allow for the new structure. Lighting within the structure will be LED fixtures both on each level and at the roof parking area in the Base Bid. A deduct alternate will substitute fluorescent lighting fixtures in lieu of LED lighting within the parking garage. There will be two machine roomless traction elevators provided within the parking garage structure. These will be accessible from each level and will have a glass wall on the cab that is viewable from the North side of the elevators from ground level to the roof. There will be a small overhang over the entrance to the elevator at the roof level to provide limited protection from the elements while waiting for the elevator. Each level of the elevator will be color coded at the walls and doors with the level designation indicated. An elevator control room will be provided at the east end of the elevator shaft on the first floor level within the parking structure. There are two stair towers for the parking structure. One will be at the northeast corner of the structure. This stair is surrounded on south and west by parking structure and north and east by curtain wall system from the ground level to the roof structure. The second stair is at the northwest corner of the structure and is surrounded by on the south and east by parking structure and north and west by glazed curtain wall from the ground level to the roof structure. The stair system will be precast concrete. Each floor level landing will be color coded at the precast walls and entry door with the level designation indicated. The northeast stair tower will have vinyl signage on the inside of the glass on the east wall of the tower indicating "VA". The northwest stair tower will have vinyl signage on the inside of the glass on the north wall of the tower indicating "VA". Both stair towers will have a modified bitumen roofing system with prefinished metal roof guttering and downspouts. Downspouts will disperse water directly onto roof of garage. A storage room has been provided at the ground level of the structure. The total square footage for this area is 1837 sq. ft. and is to be used for nonflammable storage only. The exterior of the precast concrete structure will have an integral colored finish and formed texture as approved by the Owner and to be further defined as the project documents are completed. In addition there will be 4" thick x 48" wide precast colored concrete panels in a defined pattern added to the northwest, southwest, northeast and southeast faces of the structure as indicated on exterior elevations. Also there will be architectural aluminum screen panels with kynar painted finish. The support structure framing for the 4" panels and screen panels will also have a kynar finish to match. A vinyl coated chain link material will be provided at all openings along the perimeter of the building on the 3rd and 4th floors and at the roof to provide fall protection. Power for the new parking structure will be provided by a feed from the existing VA Facility. All Fire, Security and Communications will be provided as required by the Owner. A parking counter system will be provided to keep a total count of available parking spaces for the entire parking structure. There will be unit heaters provided at each landing of each stair tower. The elevator control room will be provided with ductless split system for cooling only. In addition there will be an electrical equipment room provided within the storage area equipped with a ventilation fan that will exhaust into the garage. The intent of this notice is to identify potential Small Business firms capable of performing these services. The Government will use the information obtained from this sources sought announcement to make a set-aside determination including further restriction under a socio-economic status, firms must identify their socio-economic status for NAICS code 238120, Structural Steel and Precast Concrete. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 238120 with the applicable business size of $14.0 million. If interested in this opportunity, please provide via email a Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples; 4) Offeror's CVE certification if a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 238120, Structural Steel and Precast Concrete and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. The Response Due Date for this Sources Sought Notice is May 9, 2014, 4:00 pm CST. Respondents will not be notified of the results of analysis. The point of contact for submission of Capabilities Statement and questions is: Jeanette Mathena Contract Specialist Email: jeanette.mathena@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25514I0893/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-14-I-0893 VA255-14-I-0893.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1304204&FileName=VA255-14-I-0893-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1304204&FileName=VA255-14-I-0893-000.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: 800 Hospital Dr;Columbia, MO
Zip Code: 65201-5275
 
Record
SN03336588-W 20140413/140411234647-cb54e645066037cffc1100575287b03c (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.