Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

Z -- D/B Renovate SPS 542-21-206

Notice Date
5/15/2020 12:41:40 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
36C24420R0043
 
Response Due
5/22/2020 12:00:00 AM
 
Archive Date
06/06/2020
 
Point of Contact
Benjamin Villasenor Contract Specialist 2402150637
 
E-Mail Address
Benjamin.Villasenor@va.gov
(Benjamin.Villasenor@va.gov)
 
Awardee
null
 
Description
Project No. 542-21-206, Design-Build Renovate SPS 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). Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described here in other specific tasks as further defined by this request for proposal (RFP) of Project No. 542-21-206 Renovate SPS Design-Build. 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 offeror shall be prepared to conduct thorough site investigations to verify existing conditions, all dimensions (existing and proposed) and constructability. GENERAL: This project is not for a full renovation of the SPS. Instead it is to replace the HVAC system for this space. The main Sterile Processing Service (SPS) space is in the basement of Building 4. The HVAC system serving this space is 2600 cfm modular air handling unit (AHU) located on grade outside near where the SPS space is located. Cooling is by the campus chilled water system, and heating is by hot water fed from the building s heating water system. Humidification is steam generated clean steam utilizing an in-line water softener. Two inline exhaust fans are located in the existing mechanical room adjacent to the SPS, and discharge through a louver at grade. There is no exhaust filtration. This mechanical room also holds the two sterilizers. This arrangement does not meet current VA standards. The existing system is not reliable, does not meet current VA standards, and has no redundancy. WARRANTY: All services provided by the contractor, as well as parts replaced shall come with a one (1) year warranty (minimum). All labor, tools, supplies, transportation, and equipment associated with the replacement of warranty items shall be provided by the contractor at no additional cost to the Government. SPECIFICS: The scope of this project is to hire a Design/Build team with the principal objective to provide a fully redundant HVAC system, conforming to current VA standards, with a cooling source independent from the campus chilled water system. The intent is that the existing ductwork system in the occupied space will remain, other than minor modifications, in order to minimize disruption to the SPS services. The scope includes provision of the following: a barrier between the sterilizer area of the mechanical room and the remainder of the mechanical room, cooling and ventilation of the sterilizer equipment area to meet current VA standards, bag-in/bag-out HEPA filtration of exhaust, resealing of ductwork to the extent practical, and limited reconfiguration of ductwork if required to facilitate efficient air balance, complete air balance of the SPS system in accordance with NEBB standards, coordinated with controls water balance of existing to remain chilled water and heating water pumps and mains, and reheat coils within the SPS space in accordance with NEBB standards replacement of any controlled devices serving SPS space which are not optimally functioning revision of the existing exterior handicap ramp up to the First Floor and modification of sidewalks as required to facilitate adequately sized and secured mechanical equipment area on grade, all required fencing, and site restoration. 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, All associated life/safety modifications, Modifications to all building systems and utilities as required, including relocations of underground utilities and building tie-in locations, and relocation of the existing basement level mechanical service room if required for the new renovations. Implementing value-engineering decisions to meet required construction budget, Involvement of a certified industrial hygienist (CIH) to evaluate the work area for asbestos containing materials and lead paint, and 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/. ASBESTOS: Most of these buildings were built in the 1930s, so asbestos containing material may be present at several locations in these buildings. Testing will need to be done to the area to test for asbestos material. VHA Directive 7714 Asbestos Management Program, goes into detail on the requirements for Asbestos testing, as well as a National Emission Standards for Hazardous Air Pollutants (NESHAP) test, which will need to be conducted as part of asbestos testing. After testing requirements are completed, all asbestos containing material must be abated. It is the responsibility of the contractor to test and then abate any asbestos, lead and mold found while testing. Attached are Asbestos and Lead Survey Report findings and narrative that will assist in giving insight of some of the asbestos and lead containing material found. The solicitation documents and drawings will be available for download from the website https://beta.sam.gov/ on or about February 12, 2020. 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 $500,000.00 and $1,00,000 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 370 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/b87a6f55dc6443d89817ce7675e3d6dc/view)
 
Record
SN05659229-F 20200517/200516071015 (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.