Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2014 FBO #4563
DOCUMENT

Y -- VA Puget Sound Health Care System - Seattle Division PROJECT NO. 663-405 Building 101 Mental Health Services - Phase II Mental Health and Research Facility and Demolition - Attachment

Notice Date
5/21/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);1175 Nimitz Avenue Suite 210;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10114R0079
 
Response Due
7/28/2014
 
Archive Date
10/26/2014
 
Point of Contact
Jeremy Bedner, Contracting Specialist
 
E-Mail Address
Ferrer,
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-101-14-R-0079 Notice Type: Pre-Solicitation SYNOPSIS: The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM) is seeking a general construction firm to perform Project No. 663-405, Building 101 Mental Health Services - Construction Phase II | Mental Health and Research Facility and Demolition at the VA Puget Sound Health Care System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108. BACKGROUND: The VA Puget Sound HCS/Seattle Division is located in an area of high seismic activity. The Puget Sound Area has experienced 25 damaging earthquakes since the late 1800s, and a 6.0 or greater earthquake is predicted for the region every 10 years. A VA-contracted risk assessment indicated that many of the VAPSHCS buildings are at risk of collapse during a design-level earthquake of 6.7 or greater. In 2001, the VA initiated the Capital Assets Realignment for Enhanced Services (CARES) program. This program required a 100-percent inventory of VHA's capital assets and the development of a long-range plan to address program gaps. The seismic vulnerability and other infrastructure deficiencies of the VAPSHCS were also cited. There have been no major construction projects at the Seattle Division campus related to mental health in over 11 years; yet over the same period the number of Veterans seen in outpatient mental health clinics increased by 39 percent. All mental health and research space is currently fully occupied and does not meet current needs or future workload projections. VAPSHCS has been cited as having a severe shortage of space and that many of the laboratories were in need of major renovation or replacement. The additional square footage provided by the construction of the new Building 101 will address the CARES identified square footage shortfall, allow for the consolidation of mental health clinics, administration and research space to facilitate more effective utilization of resources, double the amount of dedicated clinical research space, and provides additional square footage of laboratory space and associated office space to meet current deficiencies. SCOPE: Provide all labor, materials, tools and equipment, transportation, supervision, services, supplies, labor, and coordination as necessary for work described herein and other specific tasks as further defined by this request for proposal (RFP) and associated specifications and drawings. The scope includes the construction of a new multi-story Mental Health and Research (MHR) building of approximately 203,000 GSF. The new multi-story building incorporates 68,000 GSF of space for Mental Health Services with 111,000 GSF dedicated to Research; and 20,000 GSF for administrative support space. This Phase II work will include extension of major utilities from the campus Energy Center to the new building, extensive civil grading and retaining-wall work, sidewalks and plaza flat work. Work will also include walkways, and paving and road work from the campus entry drive through the new patient drop off areas in front of the new facility as shown in the drawings. Demolition of approximately 63,000 GSF of existing building structures is also a part of the project and is scheduled to occur at or near the completion of the new MHR building. The demolition portion of the project shall be set-aside by the General Contractor for a Service-disabled Veteran-owned Small Business (SDVOSB) or Veteran-owned Small Business (VOSB) subcontractor that is verified as eligible in the Vendor Information Pages database (refer to www.va.gov/osdbu). The project is envisioned to be certified LEED silver or better upon completion of construction. The main hospital is to remain fully operational during the construction. There are two independent Medical Center major construction projects (1. Seismic Upgrade to Building 100 Nursing Tower and 2. One thousand car Parking Garage) that will be in progress adjacent to the site of the new MHR building at the time of award. All work shall be accomplished in compliance with applicable local, state and federal codes, and VA specification and drawings. Period of Performance is 800 calendar days. SOLICITATION: The estimated cost range for this project is more than $100,000,000 [IAW VAAR 836.204]. The applicable North American Industry Classification System (NAICS) is 236220 with a small business size standard of $33.5 million. This solicitation is full and open competition/unrestricted. Solicitation documents will be posted at www.fbo.gov on or about June 5, 2014. Construction contractors must download all solicitation (plans & specifications) documents at www.fbo.gov. Contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov prior to award and must have a DUNS number by registering for the Register to Receive Notification list at http://www.fbo.gov. Contractors will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Contractors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Check www.fbo.gov for all amendments BEFORE you deliver/send your proposal to the designated person, place, date and time. A Pre-Proposal Conference and a Small Business Workshop are tentatively scheduled for July 9, 2014 (specific time and location TBD) at the VA Puget Sound Healthcare System, Seattle Division, 1660 South Columbian Way, Seattle, Washington 98108. All prospective bidders, consultants, subcontractors, equipment and material suppliers, are invited. Because parking is at a premium, it is suggested that all those interested parties arrive no less than one hour before the start of the conference. There will be no public bid opening. All offerors must ensure that their firms have the ability to provide a Bid Bond as well as both 100% Performance and Payment Bonds. The proposals will be evaluated and award made utilizing the Best Value method per FAR Part 15. The contract will be awarded subject to availability of funds. Offerors are advised that award may be made without discussion. Contracting Office Address: Department of Veterans Affairs, Office of Construction & Facilities Management, 1175 Nimitz Avenue, Suite 210, Vallejo, CA 94592. Place of Performance: VA Puget Sound Healthcare System, Seattle Division, 1660 South Columbian Way, Seattle, WA 98108. Point(s) of Contact: Ronald Ferrer, Contracting Officer 707-562-8465 Jeremy Bedner, Contracting Specialist 707-562-8403
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10114R0079/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-14-R-0079 VA101-14-R-0079_PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1379085&FileName=VA101-14-R-0079-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1379085&FileName=VA101-14-R-0079-001.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: VA Puget Sound Health Care System Seattle Division;1660 South Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN03372283-W 20140523/140521234347-58db6d9ceaa464e897e2705e2e4d4c7c (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.