Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

Y -- Construction of Phase II, 5th Floor Renovations,Mental Health Clinic,Indianapolis, IN

Notice Date
6/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont Ave, NW;Washington, DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RP-0039A
 
Response Due
6/12/2008
 
Archive Date
8/11/2008
 
Point of Contact
Noella A. Bondnoella.bond@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns for the Construction of Phase II, 5th Floor Renovations, Mental Health Clinic, Indianapolis, IN. The firm must be a general construction firm with an approved NAICS Code 236220, Small Business Standard of $31 million and a bonding capacity of approximately $5 million. Competition for this requirement is restricted to SDVOSB concerns. The firm must have general construction experience with contracts as the prime construction contractor in the $5 million range or above. The SDVOSB contractor shall furnish labor and materials, equipment, transportation, supervision, coordination and services required to perform and complete the work required by drawings and specifications for the Phase II, Mental Health Outpatient Center, Richard L. Roudebush VA Medical Center (Indianapolis VA Medical Center), 1481 W. 10th Street, Indianapolis, IN 46202. In accordance with the drawings and specifications, the work includes interior renovation to approximately 20,000 square feet of space located on the 5th floor of the main hospital building and removal of existing asbestos. The work is located in a fully operational medical center that will remain open for use by visitors, patients and hospital staff during construction. The construction duration is 550 calendar days. The construction cost range is between $2,000,000 and $5,000,000. Qualified contractors interested in submitting proposals can only obtain bidding materials consisting of drawings, specification (including addenda) and contract forms directly from: NIKA Technologies, 111400 Rockville Pike, Suite 505, N. Bethesda, MD 20852, Phone (301) 770-3520, Fax (301) 770-3521. The SDVOSB concern must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov prior to award and must also be registered as a SDVOSB firm in the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov. SDVOSB concerns must insure they submit the necessary bond with their proposals. A Pre-proposal conference is scheduled for May 28, 2008 at 10:00 AM local time at the Indianapolis VA Medical Center. Solicitation documents will be available on or about May 9, 2008 and the approximate proposal due date will be June 12, 2008. There will be no public bid opening. The proposals will be evaluated and award shall be made utilizing the Best Value method under FAR Part 15. SDVOSB concerns are advised that award may be made without discussions or any contact concerning the proposal received. Response to RFIs RFI #1: 1.There are two Section 01010s (General Requirements) in the bid documents. One is located in Volume 1 and the other is located in Volume 2. Section 1.1.F.1 (on page1) indicates that all employees are required to have completed an OSHA safety course. The volume 1 spec indicates a 10 hour course and the volume 2 spec indicates a 30 hour course. Please clarify whether a 1- hour of 30 hour course is required. Response: Leave Spec Section 01010 in Volume I as is and delete Spec Section 01010 in Volume 2 of the CD documents. Contractor to review paragraph 1.1 E and F for OSHA certification requirements. 2.Section 1.17 "Resident Engineer's Field Office" indicates that we are to provide a field office for the resident field engineer. The size indicated is 1440 gross square feet. Is a trailer this large really what was intended for this project? Response: Yes. 3.Latex Mastic Deck Covering-The finish schedule on 1.5 A701 for room C5103 calls for Floor Note#6 (Latex Mastic). Finish Plan 1.5 A704 calls out Finish Group #11 which list sealed concrete as the floor finish. Which finish is desired? Response: Room #C5103 floor finish shall be Latex Mastic, according to VA Standards and Guidelines. RFI #2: 1.Spec Section 07253 Sprayed-on -fireproofing 1.1, states that we are to "provide fire resistance to interior structural steel members where existing fire proofing has been removed. Existing fireproofing is not shown on the drawings or indicated in the specifications. Please identify specific locations and structural members that are fireproofed. Response: All existing steel framing is assumed to be fully fireproofed. If during construction it becomes necessary for any existing fireproofing to be removed, it will be Contractor's responsibility to replace it. 2.Spec Section 08810 Glass and Glazing- There is no pattern given for the patterned glass screen located in the reception areas. Please provide desired manufacturer and pattern for this product. Response: Following Glass Manufacturer's patterned; tempered glass is suggested for the dividing screen in the Reception area (C5061) and the Waiting area (C5096): A.AGC Flat Glass North America Specialty Glass -Rolled Patterned (3/8" thick) - Flax (color-clear) B.Torstenson Glass Company Lineal/Geometric Glass Patterns -Crystal Glass (3/8" thick) # 73 (color - clear) C.Joel Berman Glass Studios Pattered Glass (3/8" thick) -Corduroy (color-clear) D.Nathan Allan Glass Studio Crystal Series (3/8" thick.) -Maze (Color - clear) E.Coastal Glass Distributors Textured Glass (3/8" thick) -Austral (color - clear) RFI#3 Question: Would one of the following manufacturers be an acceptable alternative to the one listed in the specifications (Rauland-Borg Responder IV) for the Nurse Call system? Intego, West-com Nurse Call Systems, Cornell. Response: VA will accept an alternate manufacturer. Provide the alternate manufacturer's literature for the proposed Nurse Call system. Question: During our walk thru yesterday it was brought to our attention that some of the hard surfaces being demo (ceiling) may contain asbestos. Could you tell us if this is the case & if there was an asbestos test performed on the 5th floor? Response: "Hard surfaces (i.e., fixed plaster ceilings) have been determined to be either asbestos-containing or asbestos-contaminated. Plaster ceilings throughout the delineated renovation area have been accounted for and referenced as ACM in the corresponding Asbestos Survey Report, project-specific abatement specifications, and the associated abatement cost estimate."
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc49cb9fd4d5446d342b4922e94d3ee5&tab=core&_cview=1)
 
Place of Performance
Address: Indianapolis VA Medical Center;Indianapolis, IN
Zip Code: 46202
 
Record
SN01588281-W 20080608/080606215052-cc49cb9fd4d5446d342b4922e94d3ee5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.