Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2019 FBO #6364
SOLICITATION NOTICE

Z -- Correct Basement and Pharmacy Deficiencies (VA-19-00055107) 589A4-18-130

Notice Date
4/25/2019
 
Notice Type
Synopsis
 
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
36C25519R0081
 
Response Due
6/14/2019
 
Archive Date
9/12/2019
 
Point of Contact
jeanette.mathena@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE- Contractor shall completely prepare site and furnish labor and materials and perform work for project: Correct Basement and Pharmacy Deficiencies 589A4-18-130 as required by drawings and specifications for each project at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. CONTRACTURAL EXCERPT - PROJECT OVERVIEW This project will renovate the existing Pharmacy Chemotherapy compounding and storage room on the second floor to become compliant with the USP 800 standards for the beyond-use date (BUD) requirements. This project will also construct physician on-call rooms and office space in the basement, approximately 6,300 sf, to include, but not limited to, sleep rooms with adjoining shower rooms, chapel space, offices, utilities, casework and finishes. With construction impacts to staff throughout the hospital and proposed use of the space, multiple phasing shall be considered in the design. The design shall incorporate new physician sleep rooms with a toilet/shower rooms, kitchenette and a common lounge, necessary office space and a temporary chapel space. Other considerations include office space for chapel administration and required smoke/fire barriers for the new use of the space. Approximately 3,000 sf of the space has been fully demolished. EXISTING CONDITIONS AND DEMOLITION The works to be completed are in two separate areas of the existing hospital. The pharmacy remodel is in the far north location of 2nd floor. The existing chemo compounding is done in a CACI exhaust hood located in room F236 and room F237A is currently a chemotherapy staff space. Removal of the hood for re-use will occur and demo of the wall between rooms F236 and F237A will include all fixtures, wall finishes and plumbing/mechanical/electrical devices, except main feeders, to allow for an expanded chemo compounding room. The remodel in the Basement will continue the existing demolition (B001, B001H, B001K, B001L, B001M, B001N, B001O, B001R B001S B007, B011, B013, B013A are currently demolished) to include spaces B005, B005A, B006, B008, B009, B010. Demolition will include all interior walls, fixtures and devices but will maintain the walls bordering corridor CBB1 (doors within wall will be relocated per new design). Work will include drilling of floor for below slab plumbing for new shower/baths. Separate new construction work is being completed on a classroom and electrical closet, existing rooms B001S and B007, that are not part of this contract. NEW CONSTRUCTION ARCHITECTURAL New construction is to be completed are in the two separate areas of the existing hospital under a phased work schedule. Pharmacy new construction will include new walls covering up exterior windows, installing new door and pass through window and refinishing walls. Install new plumbing, mechanical and electrical in walls and ceilings as needed for new layout. Install new ceiling, wall and floor finishes. Install all wall mounted equipment and fixtures and connect C-SCA exhaust hood. Basement new construction will include new all partitions, installing new doors and finishes for sleep rooms, showers/baths and for office suites. Install new plumbing, mechanical and electrical inwalls an ceilings as needed for new layout. Install new ceiling, wall and floor finishes. Install all wall mounted equipment and fixtures. Plumbing Design The existing fire protection system shall be reworked to match the new floor plan. The spaces in the project scope will all be termed light or ordinary hazard, based on space use. C-SCA Pharmacy: The plumbing portion of the work will include the design of a new hand sink with emergency eye wash station. The hand sink will be stainless steel wall mounted with sensor operated faucet. The emergency eye wash station shall be a wall mounted swing down type located above the hand sink. The water piping will be supplied to the new fixtures from exist branch piping from the demolished sink in that area. The new fixtures will reconnect to existing waste and vent lines in the area. Basement: The plumbing portion of the work will include the design of three new bathrooms which include new shower, water closet and lavatory. The water closet will be floor mounted rear discharge with sensor operated flush valve. The lavatory will be wall mounted with sensor operated faucet. The shower will include a thermostatic/pressure balancing shower valve and wall mounted spray handle. The water piping will be connected to existing water riser W-36 at the Basement Piping level. The existing drawings show this riser can be isolated from the hospital through existing shut-off valves. The new fixtures will reconnect to existing soil and vent lines in the area. Work will include counter top sinks in the Lactation Room and Sleeping Room Lounge. Existing Medical Gas, Water, Soil and Vent piping risers that are no longer concealed in walls will be rerouted in the basement piping level up through new walls and reconnected to the existing risers in the basement level ceiling space. Mechanical Design C-SCA Pharmacy: The space is being designed as unclassified C-SCA. The exhaust from the space shall provide the required 12 ACPH. A new constant volume terminal reheat box will be added to the space to maintain space temperature and provide the required negative pressure relationship. The terminal unit will be connected into the existing medium pressure supply ductwork in the adjacent corridor. The new pressure drop in the medium pressure duct is estimated to be a maximum of.263 / 100 feet of duct with a velocity of 1763 FPM. New supply ductwork and ceiling diffuser will be provided downstream of the new terminal box. The Terminal unit will tie to the existing temperature control system. New hydronic piping for the terminal box will connect into the existing hydronic piping serving the area. The new room exhaust air is being connected into the existing Chemo-Hood exhaust system. This increases the exhaust from 600 CFM to 900 CFM. The increased CFM requires the existing exhaust fan to be replaced. We will be replacing the existing fan with an owner supplied Greenheck Vortex type fume hood exhaust fan Model Vektor-MD-15-9-MV-HP high velocity discharge. Basement: The existing space is being served by Existing AHU s S-18. The AHU is cooling only, constant volume, 100% Outdoor Air Unit. Temperature is maintained in the spaces with constant volume hot water terminal reheat boxes. Exhaust from the space is provide by existing general exhaust fan E-21. The mechanical portion of work will include removing of the existing terminal reheat boxes and exhaust ductwork no longer serving any purpose. New terminal reheat boxes will be installed to provide temperature control for the new room configuration. The new terminal units will be connected into the existing medium pressure supply ductwork to remain. New supply ductwork and ceiling diffuser will be provided downstream of the new terminal boxes. The Terminal units will tie to the existing temperature control system. New hydronic piping for the terminal boxes will connect into the existing hydronic piping serving the area. New exhaust ductwork and grilles will be provided for the new spaces as necessary. The existing exhaust systems to be connected to Exhaust fan E-21. Electrical Design: The electrical portion of work will include the removal of all existing electrical devices, lighting devices, lighting fixtures, conduit, conductors and low voltage cabling back to the source. Existing wireless access devices will remain and be re-installed in ceiling during new construction as necessary. The cabling for wireless access devices will be reused as well. Existing public address speakers will be replaced with new speakers as necessary and installed in the ceiling during new construction. The VA has a 2x2 lay-in grid ceiling speaker standard. New LED lighting fixtures will be installed throughout the remodel space. Automatic and dimming controls will be provided. Light fixtures located on second floor will be connected to existing lighting circuits which currently serve the space. Light fixtures located in the basement will be connected to the nearest existing panelboard with spare capacity. All emergency egress and exit lighting shall be connected to the nearest life safety branch panelboard. Egress lighting will not have local or automatic controls. These fixtures will operate as night lights. Receptacle layout will be as required by specialty equipment, in accordance with the VA design guides, and per user input. No more than six receptacles will be connected to a single branch circuit. Power will be provided to the cubicle workstations from wall mounted devices and per systems furniture requirements. Receptacle circuits will be fed from the nearest existing panelboard with spare capacity. Telecom Design: Telecom layout will be as required by specialty equipment, in accordance with the VA design guides, and user input. Data will be provided to the cubicle workstations from wall mounted devices and per systems furniture requirements. Phone and data cabling will be routed back to the nearest existing telecom closet. Cable TV cabling will be routed to the nearest existing cable TV splitter. Existing public address speakers will be removed and replaced with new speakers as necessary. Speakers will be connected to existing ceiling speaker circuits. Fire Alarm devices will be provided as required in the remodel space. New devices will be connected to the existing hospital Fire Alarm System. Additional head-end components will be provided as required to support the new devices. All instruments and telephone equipment shall be furnished by the VA. __________________________________________ The Estimated range to complete the Correct Basement and Pharmacy Deficiencies is $500,000.00 and $ 1 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. Period of Performance is 150 calendar days from NTP. This completion period includes final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 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 (https://www.fbo.gov/) website, which will be issued to issue this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration, prospective contractors must be registered in SAM and in the VIP databases under the applicable NAICS. Firms may obtain SAM information at https://www.sam.gov/SAM/pages/public/index.jsf and VIP information at https://www.vip.vetbiz.va.gov/. The solicitation package and drawings should be available for download on or about May 15, 2019 and the proposal due date will be on or about June 15, 2019. 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 Jeanette.Mathena@va.gov and ensure that the subject line reads "Correct Basement and Pharmacy Deficiencies, Project No. 589A4-18-130, Solicitation Number: 36C25519R0081. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519R0081/listing.html)
 
Place of Performance
Address: Harry S Truman VA Medical Center;800 Hospital Drive;Columbia, MO
Zip Code: 65201
Country: USA
 
Record
SN05292683-F 20190427/190425230012 (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.