Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

Y -- 523-395 Improve Life Safety Deficiencies - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24117R0033
 
Response Due
4/17/2017
 
Archive Date
6/16/2017
 
Point of Contact
Linda Ward
 
E-Mail Address
624-4366
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs (VA), Office of Veteran Health Administration, Network Contracting Office 1 (New England), is issuing this pre-solicitation notice for construction of Phase I, II, and III for Project No. 523-395 Improve Life Safety Deficiencies, Buildings 3 and 5, Construction for the Brockton VA Medical Center (VAMC), in Brockton MA. The place of performance is Brockton VAMC, 940 Belmont Street, Brockton, MA 02301-5596. This procurement is a Veteran Owned Small Business (VOSB) set-aside and will be released under Solicitation Number VA241-17-R-0033. The Contractor shall provide and furnish all supervision, labor, materials, tools, equipment, transportation, testing, supplies and travel necessary to perform the work for Project 523-395 Improve Life safety Deficiencies, Buildings 3 and 5 at Brockton VAMC. The project will include, work associated with installing new emergency egress stair towers and select interior renovations required to support the connections of towers to Building #3 and Building #5. Work also includes, but is not limited to, general construction, selective demolition, specified abatement, asbestos containing materials, alternations, ceilings, casework, carpentry, partitions, doors, louvers, finishes, miscellaneous specialties, signage, masonry, metals, stair towers, roofing, mechanical, electrical, plumbing, fire protection, telephone and data cabling, security systems, equipment, utility systems, site work and certain other items. The project will also include select proprietary products to be used for Project #523-395 Improve Life Safety Deficiencies at VAMC Brockton, MA. These sole source proprietary products are: Exterior Face Brick: Taylor Clay Products Exterior Face Brick, Blend #306, 309 and 316. This system is Brockton VAMC Engineering s Building Standard for Exterior Face Brick. The original campus buildings were constructed using Taylor Clay Products Exterior Face Brick, Blend #306, 309 and 316. In order to maintain matching the existing face brick in color, composition and size the exterior face brick must come from the same manufacturer as the original building construct. Fire Alarm System including components: General Electric/EST-3 Fire Alarm System as assembled and bench tested by the manufacturer of record, Signet Electronic Systems, Inc. This system is VA Brockton Engineering s Building Standard for the Fire Alarm System and is the existing fire alarm system installed and operating campus wide at the Brockton VAMC. The campus has an existing General Electric/EST-3 Fire Alarm System as assembled and bench tested by the manufacturer of record, Signet Electronic Systems, Inc. in place. In order to maintain VA code certification the fire alarm system to be installed in the new building must be the same product and manufacturer of the existing system. National Fire Protection Association (NFPA), Building Code, Life Safety Code and VA Standard require Fire Alarm systems to be the product of one manufacturer to maintain UL listing, NFPA compliance testing and hospital certification. This project will include fire alarm system installation that is an extension of the existing campus wide code compliant and certified fire alarm system. Any products to be used on the existing fire alarm system must be the existing system s products In order to ensure system compatibility and to maintain manufacturer s warranty; other manufacturer s components may not operate properly or operate at all on the existing system. Therefore, only this manufacturer s products are acceptable; no substitutions. Direct Digital Control HVAC Building Management System: including components- Siemens Building Technology Direct Digital Control HVAC Building Management. This system is VA Brockton Engineering s Building Standard for the Direct Digital Control HVAC Building Management System and is the existing building management control system installed and operating campus wide at the Brockton VAMC. Any products to be used on the existing HVAC Building Management System must interface with the existing system. To minimize the technical risks of ensuring compatibility among the component parts and integration of the entire DDC system with the campus wide system, the system and components installed in this project should be provided by the same manufacturer as that of the campus wide system; other manufacturer s components may not operate properly or operate at all on the existing system. The VA has existing service contracts with Siemens. It is cost effective for the new DDC system and components to be installed and maintained under the existing service contracts with Siemens. Introducing other manufacturer s products may void the existing DDC system s manufacturer s warranty. Therefore, only this manufacturer s products are acceptable; no substitutions. Door Locks: Schlage Door Locks. Schlage is the existing VA Brockton Engineering building standard for door locks that is installed and operating campus wide at the Brockton VAMC. Schlage products are compatible with the best keying system used on the Brockton VAMC campus; other manufacturer s door locks may not be compatible with the best keying system and may not operate properly or operate at all with the best keying system. The Brockton campus has an existing locksmith with inventory of Schlage door locks and spare parts; it would be uneconomical for VA locksmith to create additional inventories of other manufacturer s door locks. Therefore, only this manufacturer s products are acceptable; no substitutions. Door Lock Cylinders with Removable Cores: BEST 7-Pin Removable Door Lock Cylinders with Removable Cores from Stanley Security Solutions. VA Brockton Engineering Building Standard for Keyed Security System. BEST 7-Pin Door Lock Cylinders with Removable Cores from Stanley Security Solutions - BEST 7-Pin Door Lock Cylinders with Removable Cores from Stanley Security Solutions is the existing VA Brockton Engineering building standard for door lock cylinders that is installed and operating for the keyed security system campus wide at the Brockton VAMC. Other manufacturer s cannot make the Best lock cylinder and would not be compatible with the existing keyed security system. The Brockton campus has an existing locksmith with inventory of BEST 7-pin cores from Stanley Security Solutions; in order for the new door lock cylinders with removable cores on this project be coordinated with the existing locksmith and inventory, the door lock cylinders with removable cores must be BEST 7-Pin door lock cylinders with removable cores from Stanley Security Solutions. Therefore, only this manufacturer s products are acceptable; no substitutions. The magnitude of construction cost for this project is between $5,000,000 and $10,000,000 with a completion period of 760 calendar days after receipt of notice to proceed. The applicable North American Industry Classification System (NAICS) is 236220 and the small business size standard is $36.5 Million. A Project Labor Agreement (PLA) will not apply to this project. This notice is not a request for competitive offers. The point of contact is Linda Ward, reachable by e-mail at linda.ward2@va.gov. In the subject line of any e-mail sent, identify: Project No. 523-395 Improve Life Safety Deficiencies, Buildings 3 and 5, Construction for the Brockton VA Medical Center (VAMC), VA241-17-R-0033. The Department of Veterans Affairs (VA), Office of Veteran Health Administration, Network Contracting Office 1 (New England), reserves the right to use only FedBizOpps, via the internet, to provide notification of any amendments to this RFP. By registering at FedBizOpps (http://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fbo.gov, you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. It is the Contractor's responsibility to view the FBO website daily as no other notification of amendments will be provided. This requirement is 100% Set-Aside for verified Veteran Owned Small Business (VOSB) concerns. At both the time of proposal submission and contract award, the VOSB state of the Offeror s VOSB business status must be visible as a Verified VOSB on Office of Small and Disadvantaged Business Utilization s (OSDBU) Vendor Information Pages (VIP) web site (https://www.vip.vetbiz.gov ). This site is used by the Center for Verification and Evaluation (CVE) to verify Veteran Owned Small Businesses (VOSB). Proposals received that are non-verified VOSB firms shall be rejected and or excluded from award consideration. Offerors must be listed in the Vendor Information Pages at www.vetbiz.gov and currently registered in the System for Award Management, www.sam.gov. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, which will be available on or about February 24, 2017. Telephone calls will not be accepted. There will not be a Pre-Proposal Conference. A Site Visit will be conducted at the place of performance. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposals will be evaluated and award made utilizing the best value method per FAR Part 15. If you have any questions, please e-mail Linda Ward at linda.ward2@va.gov. In the subject line of any e-mail sent, identify: Project No. 523-395 Improve Life Safety Deficiencies, Buildings 3 and 5, Construction for the Brockton VA Medical Center (VAMC), VA241-17-R-0033.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24117R0033/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-R-0033 VA241-17-R-0033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282801&FileName=VA241-17-R-0033-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282801&FileName=VA241-17-R-0033-000.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: Department of Veterans Affairs;VA Boston Healthcare System;Brockton VAMC;940 Belmont Street;Brockton, MA 02301-5596
Zip Code: 02301-5596
 
Record
SN04405461-W 20170218/170216234817-258c2f759951afdf67e8ad7dd29a828a (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  © 1994-2020, Loren Data Corp.