Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Z -- Relocate Community Living Center Project 589-335

Notice Date
5/14/2020 2:55:46 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520R0021
 
Response Due
6/19/2020 12:00:00 AM
 
Archive Date
07/04/2020
 
Point of Contact
Jeanette G Mathena Contract Specialist 913-946-1129
 
E-Mail Address
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
 
Awardee
null
 
Description
AMENDED- PRE-SOLICITATION NOTICE- Relocate Community Living Center (589-335)-TIERED EVALUATION Contractor shall completely prepare site and furnish labor and materials and perform work for Relocate Community Living Center (589-335) as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. The project consists of a 17,665-square foot single story structure with an 8,045 square foot basement. This is new construction located on the Southeast corner of Tiger Avenue and Hospital Drive in Columbia MO. The area of construction is currently a surface parking lot which will be abandoned as part of the demolition phase. There is a handicap access ramp to the temporary office structure located at the northwest corner of the property which shall be reconfigured to allow unobstructed access during the construction of the Community Living Center (hereinafter referred to as the CLC). Access to the temporary office structure, Emergency Department and entrances to the hospital must be maintained throughout construction. This project includes demolition, civil, mechanical, plumbing, electrical, steel erection, utility relocation, paving, and landscaping. The building includes 14 patient rooms, common, and administrative areas and shall be heated/cooled with steam and chilled water from the basement of the adjacent hospital through a tunnel into the basement of the CLC. This work will be the first phase of construction which will also include the demolition of certain underground utilities. Utility disruptions are to be coordinated with the Contract Officers Representative. Refer to civil plans for staging, SWPPP, etc. The structure system is concrete foundation walls on spread footings with steel framing supporting the roof. The exterior of the structure is 6 metal studs and with face brick. In addition to patient rooms, patient related functions include; living room area, dining room area, small kitchen area with an ice/water machine and coffee/drink area, housekeeping closet, IT closet, bathing suite, clean and soiled linen areas, and reception/visiting area. The nurses station includes the following features; CCTV view of all entrances and common areas, nurse call system, entrance controls, secured access from patient areas, workspace for clinical staff, administrative space includes the following features; office space for administrative support staff to support the operations of this building, secure, controlled access from patient areas, storage space for administrative supplies, storage space for patient personal items, a nurse s lounge/locker room. The exterior of the building includes controlled access to the site, new walkways, retaining wall, fencing around the courtyard area and grading, topsoil and sodding of all disturbed area. The project cost range is between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction), with a small business size standard $39.5 million. This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns, or in the alternative, a tiered evaluation for Veteran Owned Small Business VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. A responsible proposal is one whose offer conforms to the solicitation and will be most advantageous to the Government. The estimated completion period for this work is 420 calendar days after notice to proceed bid item 1-4, Bid item 5- 390 calendar days, Bid item 6 & 7-376 calendar days, Bid item 8- 332 calendar days. One year Guaranteed Period Services are required if bid item 1 or 2 are awarded. This completion period includes final inspection. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation 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 Beta Sam Business Opportunities (https://beta.sam.gov/) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, All small business concerns must be registered in Central Contractor Registration (Beta SAM) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database under the applicable NAICS. Firms may obtain BETA SAM- information at http://www.betasam.gov and VIP information at https://www.vip.vetbiz.gov. The solicitation package and drawings should be available for download on or about May 4, 2020 and the proposal due date will be on or about June 19, 2020. 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 ""Relocate Community Living Center, Project 589-335, Solicitation Number 36C25520R0021
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0863e9f7d2d141398acbb7956082b453/view)
 
Record
SN05657724-F 20200516/200514230155 (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.