Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2023 SAM #7969
SOLICITATION NOTICE

Z -- Project # 528-22-128 PHARMACY USP800 Buffalo VAMC

Notice Date
9/20/2023 12:03:54 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223R0096
 
Response Due
10/13/2023 12:00:00 PM
 
Archive Date
11/12/2023
 
Point of Contact
Idalia Algarin, Contracting Officer
 
E-Mail Address
Idalia.Algarin@va.gov
(Idalia.Algarin@va.gov)
 
Awardee
null
 
Description
Solicitation Description Solicitation Description Page 4 of 4 Solicitation Description *=Required Field Solicitation Description Page 1 of 4 DESCRIPTION This Solicitation Description: Buffalo, NY VA Medical Center posting a solicitation 36C24223R0096 on or about August 22, 2023, for the Design Build for Pharmacy USP800. All work to be perform at the Buffalo, NY VA Medical Center. General scope of work includes: The purpose of this project is to investigate, analyze, design, and build a United States Pharmacopeia (USP) 800 compliant, Unclassified Containment Segregated Compounding Area (C-SCA) for sterile, hazardous drug preparations as an alternate compounding site to Back-up the main in-patient pharmacy cleanroom suite. The VA already has established a schematic design. The Buffalo VAMC requires a contractor to perform design-build services to complete the design and construct the space. The attachments supplied are intended to provide a starting point for existing conditions, certain required items, drawings and specifications, and design parameters to be included in the project but must be verified for accuracy. It is the DB team s responsibility to complete the documents and construction in a manner consistent with the intent of the RFP within the required time period (contract length). It shall be the responsibility of the DB team to verify all items shown on the as-built drawings provided by the VA for this solicitation. The VA will not be held responsible for differing site conditions that is the responsibility of the DB team to verify. The bridging documents provided are a basis of design and general guidance only. All systems related to the existing spaces (communications, architectural, structural, electrical, mechanical, plumbing, sanitary, fire proofing, fire protection, fire detection, building controls, slab penetrations, roofing, hazardous material abatement, etc.) are within the scope of this effort as required to support the final design. Final C-SCA is expected to be constructed in BLDG 1, 7th Floor, A-Wing (specifically existing rooms 707A, 708A, 709A). Addition to rooms (707A, 708A, 709A), the work includes the ceiling in hallway to support HVAC modifications and duct work installation. Abatement work is anticipated to be required within the construction areas as well as BLDG 1, 6th Floor, A-Wing below the proposed C-SCA area to address below slab plumbing system removals and reconfigurations. Select demolition, architectural finishes, plumbing, insulation, and fireproofing may be required on the 6th floor to restore impacted areas post remediation. Exterior work on the roof of the 10th or 11th floor will be required to install high velocity discharge fans. Exterior work will also be required for windows and building envelope modifications and exhaust duct routing and installation between the 7th floor and the rooftop fan installation location. Structural work in the ceiling of 10 or 11 architectural finishes restoration, fireproofing, etc. All construction will follow the plans and specifications as prepared by the A/E firm. It has been determined that there are enough qualified Service-Disabled Veteran Own Small Business (SDVOSB) firms that are capable of performing under NAICS Code 236220, ""Commercial and Institutional Building Construction"", with a size standard of $45.0M. Therefore, this procurement is 100% set-aside for a SDVOSB. The magnitude of the project is betweenRange is now $2M - $5M per VAAR. $2,000,000 - $5,000,000. Information regarding the scheduled site visit will be stated in the Solicitation. Bid bonding will be required to respond to this solicitationChange this since we will be doing an RFP. once released. It is anticipated this contract will be awarded o/a December 15, 2023. TheAdd this language to strengthen the Pre Sol Notice. Two-Phase Design-Build solicitation and evaluation process will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build Selection Procedures). The issued RFP will set forth the requirements for responding to Phase I of the solicitation as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the Government will evaluate responsive proposals received in response to Phase I of the solicitation to select qualified offerors to proceed to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals will be evaluated in accordance with the Phase II Evaluation Process. OBTAINING SOLICITATION MATERIAL Solicitation materials consisting of the information for proposalUse proposal rather that bid. details, specifications, drawings, and contract forms will be available on http://www.sam.gov in electronic format only. These should be available on or about July 24, 2023. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at http://www.sam.gov. Paper copies of the amendments will NOT be individually mailed. No other notification of amendments will be provided. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation by the time of proposalChange from bid opening, since we are requesting proposals. due date. Once the solicitation is released, proposalsUse the term proposal for this since we are posting an RFP. Bids is specifically for sealed bids. will be accepted electronically onlyI would delete reference to COVID, since we are now past including COVID specific clauses, etc. Accepting proposals electronically is a CO decision. Please send all correspondence or inquiries by email only to the Contracting Officer. Contact Information: Idalia Algarin, Contracting Officer Idalia.Algarin@va.gov 2875 Union Road, Suite 3500 Cheektowaga, NY 14227
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7bf9863f96ea436a8fb8adc45e7ae0fa/view)
 
Record
SN06838846-F 20230922/230920230804 (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.