Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2016 FBO #5308
DOCUMENT

Z -- 589A6-15-215, Correct Patient Privacy Deficiencies Ward A2 - Attachment

Notice Date
6/3/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25516R0524
 
Response Due
8/18/2016
 
Archive Date
10/17/2016
 
Point of Contact
David S Sterrett
 
E-Mail Address
6-1146<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Contractor Dwight D. Eisenhower VA Medical Center, Leavenworth, KS 66048 seeks a contractor to provide renovation services to Correct Patient Privacy Deficiencies Ward A2, project number 589A6-15-215. The contractor shall prepare site, furnish labor, materials and perform work to Correct Patient Privacy Deficiencies Ward A2, as required by drawings and specifications. The work includes general demolition and reconstruction to create new private and semi-private patient bedrooms with private bathrooms and required support spaces to address patient privacy deficiencies located on Ward A2, Building 90 at the Dwight D. Eisenhower VA Medical Center, Leavenworth, KS. Contractor shall refer to the plans and project manual for the full scope of work. The work includes but is not limited to the following items. "Demolition of flooring finishes, walls, doors, ceilings, individual fan coil units, HVAC, plumbing, electrical and miscellaneous items in the area of the work, including abatement as noted and chip removal of concrete slabs to accommodate slopes to floor drains. Penetrations in the concrete floor structure are required to accommodate ductwork penetrations, conduits and plumbing drains. "Protection of the personnel and equipment is required on the floor below the 2nd floor work area. See the phasing plan for additional information regarding workflow interruptions for this area. "Installation of new floor finishes, walls, doors, ceilings, millwork, toilet/shower rooms, wiring, ventilation, plumbing fixtures, controls and low voltage wiring for monitoring and communication needs. Supply air is provided from existing ventilation units. A new air conditioning and heating unit will be installed on the 3rd floor. The condensing unit for this unit is located on an adjacent roof top. And miscellaneous items in the area of work as noted on the contract documents to create; o11 private patient rooms, including associated patient bathrooms. o6 semi-private patient rooms, including associated patient bathrooms. All patient rooms are equipped with patient lifts and privacy curtains, as well as required medical gases, power, lighting, telecommunications, and nurse reporting systems. o3 Staff offices, a Staff Break-room, 3 Nurse Stations, clerk work area, and miscellaneous support rooms including IT room, housekeeping closets, nutrition room, staff toilet, supply room, clean and soiled utility and a secure medication room. "Furnish and install a new Air Handler Unit per the contract documents, including all new duct work required for distribution and controls. The AHU will be located on the 3rd floor, directly above Ward A2. "Furnish and install all associated plumbing, as required for the work, including new patient bathrooms. Contractor must coordinate plumbing work with existing first floor, including ceiling patching and repair. "Furnish and install all associated electrical work, including new energy efficient lighting and controls, low voltage systems and power. "Furnish and install new medical gases, including associated valve boxes, devices and accessories. All work shall be completed in two phases per the contract documents. The Period of Performance (POP) is 500 days from Notice to Proceed (NTP). The Estimated range to complete this work is $2 million to $5 million. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction Contractors), with a small business size standard of $36.5 million. The successful prime contractor must perform no less than 15% of the general construction labor. The duration of the project will be 500 calendar days from Notice to Proceed. This completion period includes final inspection and cleanup of the premises. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in SAM and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vetbiz.gov. The solicitation package and drawings should be available for download on or about July 19, 2016, and the proposal due date will be on or about August 18, 2016. An organized site visit will be scheduled and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to David.Sterrett@va.gov and ensure that the subject line reads "Correct Patient Privacy Deficiencies Ward A2, Project Number 589A6-15-215, Solicitation Number: VA255-16-R-0524."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516R0524/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-16-R-0524 VA255-16-R-0524_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2777847&FileName=VA255-16-R-0524-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2777847&FileName=VA255-16-R-0524-000.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: VA Medical Center;4101 South 4th Street;Leavenworth Kansas
Zip Code: 66048
 
Record
SN04137775-W 20160605/160603234313-d6b4412a671e8a5380d2335563d323b1 (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.