Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOLICITATION NOTICE

Y -- FY 2024 requirement - Tier 1, CON 663-CSI-020 Renovate Building 100 2nd Floor, CT Replacement

Notice Date
6/25/2024 4:52:52 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0591
 
Response Due
7/10/2024 4:00:00 PM
 
Archive Date
09/08/2024
 
Point of Contact
Robert L Capers, Subject Matter Expert
 
E-Mail Address
robert.capers2@va.gov
(robert.capers2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Page 4 of 5 VA Puget Sound Health Care System (HCS) Seattle, WA Solicitation Number: 36C26024Q0591 Project Number: 633-CSI-020 Description: Renovate Building 100, 2nd Floor for Replacement CT  663-CSI-020 This Pre-Solicitation notice is provided for information purposes only and does not constitute a request for Bid, Proposal, or Quote. The Veterans Health Administration (VHA) Puget Sound Health Care System (HCS) Seattle, WA, is remodeling approximately 1500 square feet of existing space to replace one Computed Tomography (CT) scanner and add an additional CT with VA specified equipment. Renovate approximately 1500 square feet of interior space based on the requirements of the VA imaging design guide. The new layout will include two CT suites, a shared control room, and a patient prep area. Each CT suite will provide one CT machine and host the supporting equipment for operation. All necessary utilities are in the building and must be extended and connected from surrounding areas. Renovation of the space in B100 will include removal and installation of walls, floors, and ceiling finishes. New casework for CT rooms and control rooms will be installed based on the drawings and specifications. Requirements from the equipment manufacturer will be followed for work necessary for the manufacturer to complete installation of GE Revolution Apex CT scanners. Work includes the following but is not limited to: replacement of floor and ceiling finishes, ceiling systems, mechanical (HVAC), medical gas, lead shielding, asbestos abatement, electrical, telecommunications, nurse call, security, fire alarm, and fire protection sprinkler work. New finishes should match existing finishes and color schemes in the hallway and supporting spaces, unless otherwise noted. Construction in interstitial spaces will include the rework of HVAC system air distribution and other associated Mechanical, Electrical and Plumbing (MEP) work along with structural provisioning for supporting the new CT equipment. This project will occur in two phases. Phase 1: Include all project demolition and necessary work associated with room S2.276 and all supporting space (i.e. the Control Room and Patient Prep Room) in 180 days. The first additional CT and all supporting spaces must be constructed, installed, and operational prior to starting Phase II. This room is being designed to support the operational and functional equipment, the GE Revolution CT APEX EL Digital (Revolution Apex CT Typical Final Drawing, Revolution Apex CT Preinstallation Manual). The current CT in S2.280 shall remain operational during Phase 1 for patient care. GE will be responsible for moving the Revolution Apex CT from Building 100 loading dock to completed room S2.276. Phase 2: Include all necessary work associated with installing the replacement second CT machine and associated equipment in room S2-280 in 105 days. This room is being designed to support the operational and functional equipment, the GE Revolution CT APEX EL Digital (Revolution Apex CT Typical Final Drawing, Revolution Apex CT Preinstallation Manual). Refer to the drawings and specifications for details on the extent of construction. GE will remove CT system currently installed in room S2-280. GE will be responsible for moving the Revolution Apex CT from Building 100 loading dock to completed room S2.280. The Product Service Code (PSC) for this procurement is Y1DA - Construction of Hospitals and Infirmaries. The North American Industry Classification System (NAICS) code for this procurement 236220 - Commercial and Institutional Building Construction, and the business size standard is $45.0 Million. Per VAAR 836.204 The magnitude of construction for this project is between $1,000,000 and $2,000,000. The full Solicitation, Specifications and Drawings will be posted on Contract Opportunities on or about July 10, 2024, unless additional notice is given, or this notice is modified or cancelled at SAM.gov. As noted, this procurement will be 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of submission, written response submission, and award. Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be rejected as non-responsive. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. This pre-solicitation notice is not a request for quotes, proposals, or a solicitation. The point of contact for this notice is Robert.Capers2@va.gov. The Contracting Officer is Ty.Draszt@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/419cd3acedc24ef1ab4c79a7053b8b7a/view)
 
Place of Performance
Address: VA Puget Sound Healthcare System 1660 S Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07107099-F 20240627/240625230116 (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.