Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
DOCUMENT

Y -- RENOVATE MENTAL HEALTH WARDS - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24717R0433
 
Response Due
6/19/2017
 
Archive Date
8/18/2017
 
Point of Contact
CASSAUNDRA MULLIGAN
 
E-Mail Address
cassaundra.mulligan@va.gov
(cassaundra.mulligan@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 4 This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Contractor shall provide all materials, equipment, and labor to complete Renovate Mental Health Ward project at the Charlie Norwood VAMC (CNVAMC) Uptown Division in accordance to A/E design and specifications. Work shall include renovation of Building 110 wing 2F and adjacent courtyard. Contractor shall verify all site conditions prior to work. Period of construction is not to exceed 365 days. II. CONSTRUCTION REQUIREMENTS Provide daily on-site project management to coordinate all building trades and provide liaison for construction and VA Project Engineering. General Foreman will be designated and be on-site at all times with authority to act on behalf of the construction firm. Contractor shall follow Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. The construction contractor shall provide barriers to separate the construction area from the patients, staff and visitors at the medical center. Special considerations will need to be considered for this design, such as shielding of the rooms. When installing equipment that requires a crane, work must be coordinated through VA Project Engineering and VA Police to close roadways one week notice is required Submittals shall be sent to VA for approval (minimum five copies) before starting that portion of the work. All equipment and materials shall be approved prior to being brought on job site. Normal work hours are Monday through Friday 7:00 a.m. to 5:00 p.m. Contractor shall make prior arrangements to work earlier or later with Project Manager. Also, contractor shall make arrangements for sub- contractors to work in secured areas. VA will not grant access to subs, it is the responsibility of the contractor. Daily logs are required the following date of each day worked. When using special keys for access to roof, mechanical and electrical areas, and doors must be kept closed and locked while in such spaces. Contractor must obtain a welding permit from VA Safety Office prior to any welding, soldering work and burning. Contractor must obtain penetration permit from VA Project Manager prior to any penetrations being made. Contractor shall report any previous unsealed penetrations to COR. If not notified, contractor assumes responsibility of unsealed penetrations. Contractor supervisors and tradesmen must obtain Augusta VA Contractor badges before working in Medical Center. Security forms must be completed and fingerprints taken to obtain a badge. The COR shall schedule the badge process with the contractor. Badges must be worn at all times while on Site. The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times. Contractor shall provide general clean up to construction area daily to the satisfaction of the VA Project Manager. Prior VAMC approval must be obtained by the contractor for locating a trash dumpster. The cost of the dumpster will be at the expense of the contractor. The Hospital smoking policy is NO SMOKING WITHIN 35 FEET OF THE BUILDING. OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. The Contractor Job Superintendent must have 30 hour OSHA Construction Safety course. Other construction trades must have a minimum of a 10 hour OSHA construction Safety course. Contractor and any sub-contractors, suppliers and anyone else in the contractor's employ must observe all parking regulations of the Medical Center. Contractor shall maintain a full set of as-built drawings during construction that shall be submitted to VA Project Engineer at project conclusion. Start up, test, check and adjust all new units in the presence of the VA COR. Remove all demolished equipment and restore site. STATEMENT OF BID ITEM(S) A. ITEM I, Renovate Mental Health Units, VA Project #509-12-104. Work includes demolition, general construction, alterations, plumbing, mechanical and electrical work, laboratory equipment, utility systems, fire protection and certain other items. B. ALTERNATE NO. 1: Delete the replacement of existing exterior glazing with new exterior glazing, and all associated work, except for installation of new exterior glazing in existing spandrel units, Wing F. C. ALTERNATE NO. 2: Delete improvements to existing exterior courtyards, Wing F. 1. Delete equipment items Outdoor projection screen and Movie poster frame at the end of the Equipment Schedule on drawing sheets AE105a, AE105b, AE105c. 2. Delete all work indicated on drawing sheets AE109 and AE202. 3. Delete all finish work for Outdoor Courtyard 2F237 indicated on drawing sheet AF101. 4. Delete entire finish schedule row for room number 2F237 on drawing sheet AF601. 5. Delete power and communications receptacles for rooms 2F237 and 2G237. Delete This project will result in a firm fixed-price construction contract. The duration of the contract will be for a period of approximately 365 days. The contract magnitude is between $2,000,000 and $5,000,000. Consideration is limited to Service-Disabled Veteran-Owned Businesses, and the solicitation will be issued as a Request For Proposal. The NAICS Code for this requirement is 236220, Commercial and Institutional Building Construction and the size standard is $36.5 Million. All interested parties are asked to be within a 200 mile radius of the CHARLIE NORWOOD VAMC, AUGUSTA, GA. NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the proposal is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Proposals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of proposals. The solicitation will be issued on the federal business opportunities website on or around May 19, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717R0433/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-R-0433 VA247-17-R-0433.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3445828&FileName=VA247-17-R-0433-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3445828&FileName=VA247-17-R-0433-000.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: 950 15TH STREET;AUGUSTA, GA
Zip Code: 30904
 
Record
SN04487021-W 20170428/170427000050-41c0f7cf5c1d5f5c79518c7d3938164b (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.