Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOLICITATION NOTICE

Y -- Construction-LTSCI Dallas

Notice Date
12/27/2019 9:15:00 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
 
ZIP Code
20420
 
Solicitation Number
36C10F19R0021
 
Response Due
8/12/2019 8:59:59 PM
 
Archive Date
08/27/2019
 
Point of Contact
Deontrinese DaltonContract Specialist504-412-3700 x18705
 
E-Mail Address
deontrinese.dalton@va.gov
(deontrinese.dalton@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM) is issuing a Pre-solicitation Notice for construction project Long Term Spinal Cord Injury (LTSCI) Dallas, Project No. 549-820B. Located at the Dallas Campus of the VA North Texas Health Care Systems, Dallas TX. This procurement will be UNRESTRICTED to be released under Solicitation Number 36C10F-19-R-0021. The contractor must provide all supervision, labor, materials, tools, equipment and transportation, and services necessary for construction. The project to be constructed is to build a Long-Term Spinal Cord Injury (LTSCI) Building at the Dallas Campus of the VA North Texas Health Care System. The Work includes but is not limited to the following facilities: New Building 83 LTSCI, Renovation of Existing Acute Care Building 74, Upgrades to the existing Central Utility Plant Building 70. This includes the construction of a new 30 bed LTSCI facility adjacent to and attached with an existing acute Spinal Cord Facility (Building 74) by a new multi-story lobby with at-grade entries on level 1 and level B1. The new LTSCI is designed to attain LEED Silver. The LTSCI includes a new Outpatient Clinic and a Urodynamic suite at level B1. The LTSCI is divided into 5 pods. Level B1 includes above grade growth space for 30 future residents. Level 1 includes provision for 30 above grade resident bedrooms. Each resident pod accommodates 6 residents with related living and clinical areas. Level 2 includes provision for administrative support areas, offices, interior therapy spaces, and a roof garden area for use by the residents. At level 3 there is a mechanical penthouse. There are provisions for mission critical VA required underground storage tanks. There is an above grade covered connector corridor to the LTSCI parking garage at Level 2. There are underground connections and extensions to the existing underground utility tunnel system. The new LTSCI is designed in accordance with the Physical Security Design Manual for Mission Critical facilities. Also included is demolition/ renovation work in Building 74 near where the new LTSCI will connect to the existing building. Building 70 work includes but is not limited to Central Utility Plant Upgrade. Work is to include an additional new 1,500-ton chiller; and associated related work, equipment and piping within Building 70. Also, to be included are provisions for underground connections from this equipment to the cooling towers. The Building 70 footprint is to remain the same as it currently exists. The Building 70 work includes removal of four existing field erected cooling towers. It also includes the addition of six new pre-packaged stainless-steel cooling towers and installing them on existing and extended concrete basins. The work includes the provision of sluice gates to allow them to connect with each other. Also included is the addition of basin sweepers with centrifugal separators for the new cooling tower cells. Also included are other related provisions for pumps, piping, etc. within and near Building 70. ASBESTOS TESTING Asbestos surveys were conducted for Buildings 70 and 37, inspection of and sample collection from the electrical components�[for the chiller and for the cooling towers to be impacted by activities within the current project] were excluded because the systems were energized during the site visit.� The CONTRACTOR must have the electrical components for these specific items inspected for the presence of suspect asbestos-containing materials (ACM) after the affected systems have been de-energized and before the components are disturbed.� CONTRACTOR must use proper lock-out tag-out procedures.� Samples must be collected in sufficient quantity and analyzed to assure compliance with the Texas Asbestos Health Protection Rules and collected by a properly trained individual who is licensed by the Texas Department of State Health Services as either an Asbestos Inspector or an Asbestos Individual Consultant. Testing results will be provided to the Resident Engineer and the Architect within twelve (12) calendar days of completion of sample collection activities. Abatement of any asbestos containing materials found by this testing process is excluded from the base bid scope for this project, but the testing and analysis for such specific items is included. CLIN 0002: BASE PROPOSAL- TRAILER & UTILITIES-ACCOMMODATIONS: Contractor shall provide all supervision, labor, materials, tools, equipment and transportation, and services necessary for a 7400-sq.ft. trailer including all utilities and detailed accommodations in accordance with (IAW) layout and location as detailed on drawings. This trailer will be provided for the duration of construction. A single award will be made on CLIN 0001 & CLIN 0002 total price. Offerors shall provide price proposals on both CLIN items separately. Failure to do so will be cause the proposal to be determined non-compliant IAW the RFP and not considered for award. The magnitude of construction cost for this project is between $100,000,000.00 and $150,000,000.00 with a completion period of 912 calendar days after receipt of notice to proceed. The applicable North American Industry Classification System (NAICS) is 236220, small business size standard is $36.5Million. Offerors may propose with or without a Project Labor Agreement (PLA), this is not a PLA required acquisition. NOTICE TO OFFFERORS: All offerors must be registered in the System for Award Management (SAM) www.sam.gov before submitting an offer and must comply with FAR 52.204-7 and 52.204-8. Registration will be verified using the Unique Entity Identifier that identifies the Offeror s name and address exactly as stated in the offer. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps (FBO), which will be available on or around June 25, 2019. 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, any notifications, and communication with other contractors and query to this requirement. 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. PRE-PROPOSAL CONFERENCE/SITE VISIT: Pre-proposal conference information will be outlined in the RFP. 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, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. Award will be made utilizing the Best Value process IAW FAR Part 15. If you have any questions, please contact Deontrinese Dalton 202-256-5809, Deontrinese.Dalton@va.gov . In the subject line of any email please identify 36C10F-19-R-0021 Dallas LTSCI .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8702a3a4ff2747a1a0e434a0a02a69f7/view)
 
Record
SN05524414-F 20191229/191227230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.