Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

Z -- Construct and Renovate Med/Surg Beds for Patient Privacy, B1 and B1C P/N:589-701

Notice Date
11/25/2020 12:48:07 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
36C25520R0115
 
Response Due
12/4/2020 12:00:00 PM
 
Archive Date
01/03/2021
 
Point of Contact
Jennifer A Sotomayor, Contract Specialist
 
E-Mail Address
jennifer.sotomayor@va.gov
(jennifer.sotomayor@va.gov)
 
Awardee
null
 
Description
Pre-Solicitation Notice 36C25520R0115 Project: Construct and Renovate Med/Surg Beds for Patient Privacy, B1 and B1C Project Number: 589-701 The Robert J. Dole VA Medical Center located in Wichita, Kansas has a requirement for construction services for Project 589-701 Construct and Renovate Med/Surg Beds for Patient Privacy. The contractor will provide all labor, materials, tools, equipment, supervision and completely prepare site to perform work for the project as required by solicitation documents, drawings and specifications. GENERAL SCOPE OF WORK: The General Contractor shall furnish all labor, materials, supervision and perform all work to vertically expand building 1C two stories and renovate the east wing of the Med/Surg Unit on the third floor of building 1. The two additional floors are being built to provide off unit program and administrative space and the east wing is to be renovated to provide private patient rooms with restroom. The period of performance will be 730 calendar days after the issuance of the Notice to Proceed (NTP). The exterior of the new two- story addition shall be brick with cast stone banding and insulated low- e glazed windows. The elements shall match the existing adjacent facades. The roof material shall be white TPO. The work within the expansion and renovation of the 3rd floor Building 1 east wing shall be with all new materials. The existing Med/Surg Unit shall be demolished to structural members and MEP shall be removed up to the main piping, duct trunks and electrical feeds. Wall construction shall consist of typical metal stud and gypsum board. Finishes shall include acrylic latex wall paint Low VOC, acoustic panel ceilings, carpet tile in offices, LVT in staff administrative support areas, resilient sheet vinyl in nursing support areas, and porcelain ceramic tile in toilet and shower rooms. Handrail and wall protection shall be provided throughout patient accessed areas. Corner guards shall be provided as well as new signage/way finding. Casework shall be provided at the nurse stations, patient rooms and administrative rooms as shown in the drawings and specifications. Construction shall include but is not limited to general construction, demolition, removal and disposal: wall alterations; required fire protection & detection to include the replacement of valves; nurse call stations; new air handling unit, a temporary air handler while the old is being demolished and new one installed, heating and ventilation/air conditioning (HVAC), plumbing (supply and waste), electrical service, interior/ exterior lighting, and monitoring connection to the existing Direct Digital Control ( DDC) building automation/ alarm systems, wiring for security cameras and badge access systems as well as data lines and public address systems, new interior finishes to ceiling, walls and flooring, medical gas demolition, new installation and certification, casework, installation of government furnished equipment and other items as required by the drawings and specifications. The contractor shall locate all existing utilities within site location and determine the connections/locations that meet the needs for the proposed project; this shall include size, configuration and locations of proposed utilities in relation to existing utilities to eliminate conflicts and relocations to the greatest extent possible. The construction of this project will take place in a very busy occupied building. The addition is being constructed over PET/CT and ultrasound department and the renovation is in the- patient care area. The construction is to be completed to allow medical care functions to be maintained and uninterrupted throughout construction necessitating carefully phased construction and coordination with the VA COR/users. END OF GENERAL SCOPE OF WORK 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 is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code of 236220. 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 with a small business size standard $39.5 million. The duration of the project is estimated to be 730 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for the project. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. 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 2.101 and FAR 52.204-7, current (up to date) registration in System of Award Management (SAM) is required for prime contractors under the applicable NAICS. In accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration is required to be complete for prospective (SDVOSB) and (VOSB) contractors prior to the solicitation due date. Additionally, firms must have completed the VETS-4212 report for the Department of Labor. Firms may obtain SAM- information at http://www.SAM.gov, VETS 4212 information at http://www.dol.gov, and VIP information at https://www.vip.vetbiz.gov. The solicitation package and drawings should be available for download on or about October 20, 2020 and the proposal due date will be approximately 30 days after the solicitation is issued. 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 Sean.Jackson@va.gov and ensure that the subject line reads "" Project 589-701 Construct and Renovate Med/Surg Beds for Patient Privacy, Solicitation 36C25520R0115
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa1b908429454b51bba407d5117b4505/view)
 
Record
SN05861225-F 20201127/201125230137 (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.