Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

71 -- Pharmacy Service Custom Casework Modular Millwork and Casego ods

Notice Date
6/17/2024 7:00:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337212 — Custom Architectural Woodwork and Millwork Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0592
 
Response Due
6/24/2024 9:00:00 AM
 
Archive Date
08/23/2024
 
Point of Contact
Morgan Stein, Contract Specialist
 
E-Mail Address
Morgan.Stein@va.gov
(Morgan.Stein@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Questions with Answers Given questions are not due until 10 June, will the 17 June proposal submission timeline be moved out at all?  RESPONSE: No the deadline to submit quotes will not be adjusted at this time. Can the project drawings be shared so we can see phasing plans, ICRA barriers, wall layouts for power and data, etc. so that we can ensure no conflicts with contractor s work. RESPONSE: We don t have drawings for something like this.  Shops will install barriers per the direction of infection prevention.  No changes will be made to power or data.  VA scope is to remove existing items, do any wall repair/paint and potentially do flooring.  Vendor will bring in casework to prepared place What is the plan for power and data for equipment? Currently they are using surface mounted raceways to existing back panels on casework. VA elevations are not showing new equipment to have back panels. Does any of this need planned for in the casework? Current furniture has lots of rough-cut outs to access RESPONSE: We would need to continue surface mounted raceways since the walls are cinder/concrete. Electricians have indicated historically this is the only option for those rooms. Emergency power will be needed for the fridge and Script Pro. There are also additional emergency power outlets in there for a total of 6. Existing power will not change. Layout needs to match existing to ensure that equipment can access the power. We are not going to supply a power plan. Task lighting is being requested, where will the power be located for each elevation to power the lights? Are you looking for hardwired task lighting or plug in? RESPONSE: Task lighting plug in is preferred. Maximize lighting for workspace and under cabinet if this maximizes lighting. May not be feasible for plug. Can the contractor s timeline be shared so we have a better understanding of phasing order and timing to coincide with the phasing and understanding entire project durations start to finish. RESPONSE: Timeline will be set during kickoff and a full project timeline will be created in conjunction with VA shops completing prep of areas. Can you share the VA Interior design drawings with us, they are small and blurry in the solicitation. We would like to be able to read all comments and dimensions clearly. PDF and or CAD is preferable. RESPONSE: See Pages following questions with responses to this amendment. Can you please clarify what your requesting pricing on for item C. 7th floor vault outside A7086J. The solicitation drawings reference the small 2 wide piece of casework inside the vault but site visit discussion was that it needed to be the elevation outside of the vault, a 6 in length elevation.  RESPONSE: It is the area inside the vault. Solicitation says to begin taking order June 2024. Assuming this is no longer accurate, when is the first phase expected to be onsite? RESPONSE: Date will be late summer Solicitation requests line-item pricing for current furniture removal. Would that plan be to remove the existing equipment, leave the site, wait for GC s work to complete, then return to install that space/phase? RESPONSE: No removal is needed only install of casework, etc. Demo is to include waste removal; will vendor be provided space onsite to drop a waste dumpster? And if so, where will this location be? Can this dumpster remain for the entirety of the project, or must it be pulled/removed for every phase? RESPONSE: If vendor desires to bring dumpster, VA will provide a location depending on size, dates, etc. Solicitation states that vendor should allow for 3 revisions per line item, will the vendor be able to adjust pricing after each revision?  RESPONSE: No, there will be no allotment for price adjustments. This designation is being changed effective immediately with this amendment posting to no more than 1 Which loading docks will the vendor be directed to use? Will this be the same or different for each phase/space being delivered. Example when delivering to phases in the 7th floor compounding pharmacy will the vendor use the same dock and delivering route when delivering to the main outpatient pharmacy on 2nd floor? Can the VA provide a delivery route drawing from dock to elevators to pharmacy entrances for each 2nd and 7th floor pharmacy. RESPONSE: First floor installs: the west dock will be utilized. Basement hallway to the C-wing elevators and to the outpatient pharmacy areas Seventh floor installs, the Engineering/East dock will be used. Basement hallway past Engineering to the A-wing service elevators will be used What is the delivery truck maximum length to delivery at the loading dock(s)? RESPONSE: The West dock can accommodate a 53 trailer. The Engineering/East dock accommodates a shorter trailer or a box truck. Is the VA requiring flooring protection for the entirety of the delivery route? RESPONSE: No, vendor must take proper care to avoid damage during delivery. Does this route have barrier to entry at access door needing badging to move through? RESPONSE: VA staff will provide entry into the Pharmacy areas.  All other areas do not need badging access. Do quotes need to match the exact specs to the stainless sink drop in or can they use their standard and call those things out in their submitted specs? RESPONSE: They can call out their standard for production as long as the requirement for the finishes are the same.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a8c0a86a80434599a4334b800b5b5da7/view)
 
Place of Performance
Address: Roudebush VA Medical Center 1481 West 10th St., Indianapolis, IN 46202-2803, USA
Zip Code: 46202-2803
Country: USA
 
Record
SN07100010-F 20240619/240617230121 (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.