Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
DOCUMENT

Y -- Phase 3 Seismic Correction Renovation of Building One VA San Juan Medical Center, San Juan, PR - Attachment

Notice Date
12/8/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Suite 420;Silver Spring, MD 20910
 
ZIP Code
20910
 
Solicitation Number
VA10115N0033
 
Response Due
12/17/2014
 
Archive Date
3/17/2015
 
Point of Contact
Ed Nicholson
 
E-Mail Address
holson@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM), Eastern Regional Office, Silver Spring, MD is issuing this Sources Sought to determine potential bondable and experienced businesses such as: Service-Disabled Veteran-Owned Businesses (SDVOSB), Veteran-Owned Businesses (VOSB), 8(a) contractors, HUBZone Small Businesses, Women-Owned Small businesses (WOSB), and Small Disadvantaged Businesses (SDB), with regard to an upcoming project identified as Phase 3 Seismic Correction Renovation of Building One - VA San Juan Medical Center, San Juan, PR. The overall scope of work as described below includes the Demolition of the Existing Bed Tower, Seismic damping/bracing of structural bays to the Podium and select Interior Departmental Renovations. Demolition of the Existing Bed Tower: The tower demolition scope consists of demolition work on existing levels 4, 5, 6, 7, 8, 9, penthouses level 1 and level 2 and roof. Primary systems involved in the tower demolition include - abatement, architectural demolition, structural demolition, temporary roofing temporary elevators, fire protection, MEP disconnects, and life safety systems. Prior to commencement of tower demolition an extensive safety system must be installed to isolate the hospitals 24/7 operation from the construction activities. Also, required in the installation of a vibration and sound monitoring system that will be monitored on a 24/7 basis. The approximate SF of each floor to be demolished is as follows- A.Level 4 - 23,000SF B.Level 5- 23,000SF C.Level 6 - 23,000SF D.Level 7- 23,000SF E.Level 8 - 23,000SF F.Level 9 - 23,000SF G.Penthouse level 1 -3,000SF H.Penthouse level 2 - 3,000SF Additional scope of work associated with the Tower Demolition is as follows- A.Temporary roof @ level 2 B.RE-roofing of existing hospital at level 3 (podium) and level 4 (new primary penthouse) C.Addition of one (1) new primary penthouse located on level 4. (directly above level 3, approximately 23,000SF) D.Addition of three (3) new secondary penthouses located at level 3 roof (total SF of secondary penthouses - 12,100SF approx.) E.Installation of 2 temporary hydraulic elevators to be used for hospital operations during construction F.Reactivation of 5 permanent traction elevators located in the existing elevator shafts G.Removal of temporary hydraulic elevators H.Removal of Generator Set No. 4 and associated piping I.Removal of underground fuel tank (UST) located adjacent to Gen No. 4 J.Misc. site and loading dock improvements Seismic Bracing: There are 42 locations within level 0 through level 2 that will receive structural seismic bracing or column stiffening and abatement. The braces are identified on HDR drawings by zones and levels. The following identifies the brace zones: A.Zone 1 includes braces @ location C2, C3 and C1. B.Zone 2 includes braces @ location D2, D1, and A1. C.Zone 3 includes braces @ location A3, B1, and B2. D.Zone 4 includes braces @ location D3, D4, and D5. E.Zone 5 includes braces @ location A2, and A4. (only 2 zones) Areas of disturbance for the bracing installation and associated work is as follows- A.Level Basement - 5,328SF Approx. B.Level One - 8,673 SF Approx. C.Level Two - 11,896 Approx. Interior Renovations: The major renovation scope consists of remodel work on level basement, one, two and three. Primary systems involved in the renovation include - architectural, demolition, abatement, fire proofing, fire protection, mechanical, plumbing, electrical, elevators, communications and life safety. A.Renovations at the basement level includes work in the following departments- Canteen refrigeration, canteen staging and corridor and shell space for swing space needs. Total approx. SF of Level Basement is - 5,665SF B. Renovation at level one includes work in the following departments- New Canteen, new main corridor, new main lobby/heroes hall, urology clinic, public restrooms, volunteers. Total approx. SF of Level One is - 35,806SF C. Renovation at level two includes work in the following departments-Union Office Minor renovations associated with work on level 2. Total approx. SF of Level Two is - 2,472SF D. Renovation at level thee includes work in the following departments-New IRM Department including a shelled out computer room for future use. Total approx. SF of Level Three is - 16,121SF All interested businesses are encouraged to submit their capabilities statements. We are seeking responses from large and small businesses, including all socioeconomic categories. The estimated cost for this project is between $50,000,000 and $100,000,000. The firm should have an approved North American Industry Classification System (NAICS) of 236220 with the size standard of $36.5 Million average annual gross revenue to be considered a small business. At this time, no solicitation exists, therefore, do not request a solicitation. Large and Small Business Contractors and vendors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination and qualifying small business status; (3) Bonding capacity (from surety) for a single project and aggregate; and (4) Construction experience of similar projects in size, scope, complexity, and dollar amount. This sources sought notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the solicitation separately from their response to this sources sought. Please submit capability packages via email to: ed.nicholson@va.gov no later than 4:00 pm EST on December 17, 2014 and in the subject line state "San Juan Phase 3 and [Company Name]". Please be aware that a Project Labor Agreement Sources Sought notice is also available through FBO. Interested parties are encouraged to respond to both. CFM anticipates the solicitation will be issued around February 2015, and will be posted only on the Federal Business Opportunities website (https://www.fbo.gov). At this time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115N0033/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-N-0033 VA101-15-N-0033.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1760883&FileName=VA101-15-N-0033-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1760883&FileName=VA101-15-N-0033-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03590391-W 20141210/141208234718-f524efc7ec7c861c0818bb75b8c655c6 (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.