Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
DOCUMENT

Y -- Minor VA Construction Project: 640-379 Seismic Retrofit and New Lobby for Building 1002 - Attachment

Notice Date
4/24/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
VA26114I0482
 
Response Due
5/12/2014
 
Archive Date
8/15/2014
 
Point of Contact
Dennis Becker
 
E-Mail Address
.becker2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
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 offers and 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 an RFP. Project Specifics: NAICS CODE: 236220 - Commercial and Institutional Building Construction Small Business Size Standard: $33.5M Magnitude of project: Between $5,000,000 and $10,000,000 Project includes the renovation and addition to Building 1002 at the VA Palo Alto Health Care System (project located at the newly established VA Sunnyvale Site) and will accommodate office space and lab facilities. The intent of the project will provide a complete and functional lobby addition, conference rooms, lobby area, elevators, service areas and restrooms and a seismic retrofit of Building 1002 as to be provided in RFP. The Scope Of Work includes seismic retrofit renovation of approximately 50,000 square feet of existing spaces on two levels; construction of an approximately 7,000 square foot addition; provisions for a future office connected to the lobby addition. The existing electrical, lighting, communication, data, plumbing and mechanical systems will be modified and partially removed to allow construction of the seismic retrofit. Removed portions of existing building systems for the seismic retrofit portion of the project will remain removed and at a later date and under a separate project, these systems, including removed portions of walls and ceilings will be restored. Selective demolition will include removal of existing topsoil and unsuitable soil materials, removal of vegetation, reconfiguration of existing underground irrigation system, removal of portions of existing concrete curbs slabs and foundation walls, removal of existing finishes, window coverings, partitions, ceilings, HVAC equipment and removal of other building elements necessary for new construction. Portions of existing concrete curbs, slabs and foundation walls will be required to be removed. The new addition will be a combination of concrete walls, steel framing, metal deck with concrete fill and metal stud partitions. A new fire protection sprinkler system will be extended into the new addition. New roof drains and overflow will be provided. New light fixtures will be provided. New electrical, data and communication outlets will be incorporated into the work and interconnected into new systems. The intent of this notice is to identify potential Service Disable Veteran Owned Small Business (SDVOSB) firms capable of performing these services. The Government will use the information obtained from this announcement to help make a set-aside determination under a socio-economic status. All interested businesses are encouraged to submit their capabilities statements. We are seeking responses from all interested businesses and all socio-economic categories. If interested in this opportunity, please provide via email, a one-page synopsis of qualifications and project experience for construction work providing the type of services identified above. In addition, interested sources are requested to provide their: (1) Company name, address, point of contact with phone number and email address (2) Business size determination and qualifying small business status / socio-economic category (3) DUNS number (4) maximum bonding capability for a single project and aggregate bonding capacity. Request information be sent to dennis.becker2@va.gov by close of business on 12 May 2014. This sources sought is solely for market research purposes in accordance with FAR Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. Network Contract Office 21 anticipates solicitation to be issued 3rd quarter of fiscal year 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114I0482/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-I-0482 VA261-14-I-0482.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327738&FileName=VA261-14-I-0482-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1327738&FileName=VA261-14-I-0482-000.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: 1080 Innovation Way;Sunnyvale, California;Building 1002
Zip Code: 94304
 
Record
SN03348022-W 20140426/140424235206-4005617b42892b437e0aac7b1d710204 (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.