Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

Z -- Z--Demolish Buildings 18, 19, 26, 27 & 28 Project No. 542-18-103 Design-Build

Notice Date
1/13/2020 1:58:36 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420R0013
 
Response Due
1/22/2020 1:00:00 PM
 
Archive Date
04/22/2020
 
Point of Contact
Elizabeth MorinChief of Acquisitions(610) 383-0202
 
E-Mail Address
elizabeth.morin3@va.gov
(elizabeth.morin3@va.gov)
 
Awardee
null
 
Description
Project No. 542-18-103, Design-Build Demolish Buildings 18, 19, 26, 27 & 28 ACQUISITION INFORMATION: THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. Service-Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ). This acquisition is conducted in accordance with FAR Part 36 & 15, Request for Proposal (RFP). Project No. 542-18-103, Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described herein and other specific tasks as further defined by this announcement and subsequent request for proposal (RFP) for Project No. 542-18-103, Demolish Buildings 18, 19, 26, 27 & 28. The resultant contract of this procurement is to provide required design completion of the referenced project and perform construction of completed design work. Project shall be designed and completed in accordance with VA Criteria, EPA requirements, and VA Specifications developed for the project. The objective of this project is to demolish vacant Buildings Nos. 18, 19, 26, 27 and 28. All these buildings are of brick construction with wood-framed attics; built in 1930. Buildings 19, 26, 27, and 28 originally were living quarters for key hospital staff and have since been converted into offices. Building 18 was formerly the campus Hoptel (apartment units). There are currently environmental hazards in these buildings asbestos, lead paint and mold. Utilities serving the buildings are steam, domestic water, sanitary sewer, storm sewer, electric, communications cables, fire alarm wiring, and abandoned natural gas. The only existing air conditioning in the buildings are window units and split systems. Heating is by steam radiators. Electric service is through pad mounted transformers located in front of Building 27 and behind Building 18. Active telecom and data pass through demo site. The offeror shall be prepared to conduct thorough site investigations to verify existing conditions, all dimensions (existing and proposed) and constructability. All of the buildings involved in this project are condemned, as such during the walk thru Contractors will be required to wear proper PPE, which includes mandatory N95 masks, due to hazardous asbestos and lead paint conditions in ALL buildings. The scope of this project is to hire a Design/Build team that will abate hazardous materials from the buildings in accordance with all environmental regulations, then to demolish Buildings 18, 19, 26, 27 and 28, removing them in their entirety, including the in-ground basements and foundations. The scope also includes demolition and removal of associated site features, including the sidewalks and steps leading up to the buildings, the macadam and gravel drive area behind Buildings 19, 26, 27 and 28 along with their associated garages and macadam pavement and backfill at each location. The scope of this project includes rerouting of active telecom and data cables in coordination with the Central Information Office (CIO). The scope of this project includes the addition of surface parking on a portion of the site around Buildings 19, 26, 27, and 28, as well as the site around Building 18. It includes full site restoration, and landscaping. The scope of work includes but is not limited to the following: Evaluation of existing conditions, Site analysis and programming and design charrettes as required, Subsurface/geological evaluations as required, Traffic / pedestrian flow analysis pertaining to access across road to medical center buildings, Safety considerations for pedestrian crossing from the new parking area, Site/structural analysis to ensure that long term fill settlement does not affect parking profile, Rainwater runoff design, Lighting design, including potential for solar powered lighting, Possible inclusion of electric vehicle charging stations, Providing recommendations and cost estimates, Implementing value-engineering decisions to meet required construction budget, Involvement of a certified industrial hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable, Providing submittals and final documents as indicated below. PHASING: Construction must allow for continuance of all hospital operations and services provided and coordinate with adjoining projects. After-business hours work may be necessary as dictated by the COR. All items must go through the submittal process prior to acceptance. All designs shall be accomplished in accordance with Planetree design guides, VA guidelines and VA master specifications, which are available on the Internet at http://www.cfm.va.gov/til/. The solicitation documents and drawings will be available for download from the website https://beta.sam.gov/ on or about December 5, 2019. Information concerning the pre-proposal site visit will be included in the solicitation. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and updates. The Government will not provide paper copies of the solicitation. Offerors will be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the contractors mailing list at https://www.fbo.gov, ""Interested Vendor List"". Individual copies of the Offeror s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the RFP will be posted to the Contract Opportunities website and offerors are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. In accordance with VAAR 836.204, the magnitude for this procurement is between $2,000,000.00 and $5,000,000.00 and NAICS Code 236220 with a small business size standard of $36.5 million. Information concerning Offer due date will be included in the solicitation. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds and a 20% Bid Guarantee. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Award of this contract is subject to the availability of FY20 funds. The maximum time for completion of the project is 320 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov , MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov . To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bae47b68226b4c4985d95547aecb415e/view)
 
Record
SN05533066-F 20200115/200113230300 (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  © 1994-2020, Loren Data Corp.