DOCUMENT
Y -- Research Addition JP - Attachment
- Notice Date
- 5/24/2017
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24117R0218
- Response Due
- 6/8/2017
- Archive Date
- 8/7/2017
- Point of Contact
- Carol AhNee
- E-Mail Address
-
ahnee@va.gov<br
- Small Business Set-Aside
- Total 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 the Research Addition Building, for the Jamaica Plain VA Medical Center (VAMC), in Boston, MA. The place of performance is Jamaica Plain VAMC, 150 South Huntington Ave., Boston, MA 02130. This procurement is a Small Business set-aside and will be released under Solicitation Number VA241-17-R-0218. The Contractor shall provide all labor, materials, equipment, transportation, supervision, general demolition, general construction, alterations, mechanical and electrical work, testing and commissioning and certain other items. Work includes general construction, alterations, driveway and parking, walks, grading, drainage, mechanical and electrical work, laboratory equipment, utility systems, elevators, necessary removal of existing structures and construction and certain other items. The project scope includes preparation of site for building operations including demolition and removal of existing structures, furnish labor and materials and perform work for construction of new research addition containing stairways and utility spaces and connecting to the end walls of existing ambulatory care addition, with foundation and other work being contained within and or adjacent to an existing structure. Work includes, but is not limited to, general construction, selective demolition, excavation, earthwork, special foundation work, casting concrete, steel erection, specified abatement, alterations, ceilings, partitions, doors, windows, louvers, finishes, miscellaneous specialties, signage, masonry, metals, mechanical, electrical, plumbing, fire protection, telephone and data cabling, security systems, equipment, utility systems, site work and certain other items. Work effort is to include phasing to minimize impacts on the site, building occupants and the normal operation of the Medical Center as a whole. The Research Addition is a 20,000 ± sq. ft. four story steel structure built adjacent to an existing occupied four story medical building within an operating campus. The construction will include 3,000 ± sq. ft. of renovations connecting the two buildings. The Research Addition is primarily a high tech research facility with some exam/consultation rooms and an MRI Suite. The project will add two additional floors to the Research Facility Building for additional animal rooms, a state of the art operating room new wet labs and it will also replace the 30+ year old HVAC system, upgrade the automated cage-washing facilities and elevator. Also, included is reconfiguration of existing space for dry storage needs and upgrading of the existing animal holding areas. The existing ventilation system will be removed and replaced with state of the art energy controls and a new chiller to meet the demands of the Research Building needs. The new addition and the renovations will meet all VA and AAALAC design criteria and incorporate the latest in space environment controls to ensure the integrity of the experiments. The project is needed to increase the research department s floor space and capability, due to expanding workload related to research on concussion impacts to the brain and its related impairments. The new addition will be located to facilitate patient access for VA patients. The new addition will house state of the art MRI capabilities and upgrade IT infrastructure to meet the growing needs of the research program. The magnitude of construction cost for this project is between $5,000,000 and $10,000,000 with a completion period of 650 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 Carol AhNee, reachable by e-mail at carol.ahnee@va.gov. In the subject line of any e-mail sent, identify: Research Addition VA241-17-R-0218. 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 Small Business. Offerors must be 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 June 12, 2017. Telephone calls will not be accepted. There will not be a Pre-Proposal Conference. The VA will not provide travel reimbursement. 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 email Carol AhNee at carol.ahnee@va.gov. In the subject line of any email sent, identity: Research Addition JP, VA241-17-R-0218.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117R0218/listing.html)
- Document(s)
- Attachment
- File Name: VA241-17-R-0218 VA241-17-R-0218_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3523230&FileName=VA241-17-R-0218-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3523230&FileName=VA241-17-R-0218-005.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-17-R-0218 VA241-17-R-0218_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3523230&FileName=VA241-17-R-0218-005.docx)
- Place of Performance
- Address: 150 South Huntington Ave.;Boston, MA 02130
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN04521348-W 20170526/170525000002-a0b9fa7aa6c7c304cf06dbfdfb111bf0 (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 |