Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

Y -- LOW VISION CLINIC PHASE II

Notice Date
4/3/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs, Battle Creek VAMC, Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-09-IB-0162
 
Response Due
4/20/2009
 
Archive Date
7/28/2009
 
Point of Contact
Scott D BrennanContract Specialist<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Veterans Affairs, VA Medical Center 5500 Armstrong Rd., Battle Creek, Michigan, 49037 anticipates soliciting bids and consequently awarding a contract for the construction project known as "Low Vision Clinic Phase II." The solicitation will be conducted in accordance with FAR Part 14 (SEALED BIDDING) and Part 36 (CONSTRUCTION) and will be evaluated in accordance with the procedures therein. The solicitation is expected to be advertised as a Total Set-Aside for Service Disabled Veteran Owned Small Businesses. Service Disabled Veteran Owned Small Business firms are invited to send a notice of interest via email. Insufficient interest from SDVOSB firms may result in the solicitation being advertised via an alternate socio-economic set-aside or as full and open competition. The contractor shall furnish all labor, materials, supplies, travel, etc. to perform all work under this project which consists of: Renovation the floor of Building 3 for the VISN 11 Low Vision Rehabilitation Center. Work will include minor layout changes, along with the installation of private bathrooms, bedrooms and central air. Systems Narratives as follows: 1.Site Systems: a.The proposed location for the Low Vision Clinic is in Building 3. This building is located on the North side of the complex. b.No new site work is expected for this Project. Parking is available in existing adjacent lots. 2.Architectural Systems: a.The area to be renovated in Building 3 is 6,745 square feet. The total area of Building 3 is 9,856 square feet. The area for the Low Vision Clinic has recently been renovated, including new finishes. 3.Interior Design: a.Interior finishes are expected to match the existing in areas to be renovated. The Training rooms are to receive new carpeting and rubber floor base. The toilet and shower rooms will have painted gypsum board ceilings and ceramic tile walls and sheet vinyl floors. 4.Fire Protection: a.The existing building is fully sprinklered. Proposed renovations will require minor relocation and/or addition of sprinkler heads to adequately cover the revised spaces. All fire suppression renovations will be in accordance with NFPA 13. 5.Plumbing Systems: a.Proposed renovations include the removal and renovation of existing rest room/shower facilities (5 water closets, 4 lavatories, and 3 showers) and replacement with new ADA facilities consisting new individual room bathrooms and showers. The present building cold and hot water systems appear adequate for the renovations spaces. Domestic cold and hot water piping, sanitary piping, and vent piping shall be reworked to accommodate the proposed changes. Of note, plumbing is accessible in the building basement/crawlspaces and consists of insulated Type K copper supply and PVC drain/vent. Added and reworked piping shall match existing materials and shall conform to the 2006 Michigan Plumbing Code and VA Standards, as applicable. 6.HVAC Systems: a.The present heating system consists of perimeter steam baseboard heaters throughout the building. Cooling is provided by individual window-mounted air conditioners. No ventilation system is evident. Bathrooms are served by individual exhaust fans. b.Proposed renovations to the HVAC system include the installation of a new rooftop air handling unit to provide heating, cooling, and ventilation air to the entire building. Direct expansion (DX) cooling will be included in the unit. A steam warm-up coil will be installed in the attic space. All piping and ductwork installed in the attic spaces shall be insulated, with steam and condensate piping heat-traced as required. Ceiling diffusers to individual spaces will provide tempered supply/ventilation air. Return (except where flow dictates duct transfers) will be route in the attic as well. Access for equipment installation will consist of a new shed roof over the new ductwork, with an access door to the new rooftop unit. c.Airflows will generally flow from clean to dirty. The new soiled utility room will be exhausted. d.The complete air handling system will be controlled by a single pc-based Building Automation System. The BAS will be capable of both monitoring and adjusting building setpoints, and will be compatible with the campuss existing controls system. The facility is currently revaluating if they will remain with Automated Logic Controls. 7.Electrical Systems: a.The existing electrical distribution equipment is adequate for the new low vision renovations. The existing power is distributed from the middle section of the building at 120/208V three phase to the corridor panels and a crawl space panel. There is a standby generator next to the building transformer but the generator capacity and what it is connected to is unknown. b.New power and lighting equipment will be fed from the existing panel spare circuit breakers or new circuit breakers installed in the existing panels. c.Unless otherwise noted, interior lighting in finished areas will consist of flush mounted fluorescent fixtures with electronic ballasts and T-8 lamps. Lighting will be controlled in each room with occupancy sensors. All occupancy sensors will be able to be manually overridden to off. d.Telephone outlets will be provided as described in the Room Descriptions in the Project Manual. Modular jacks will be provided at each outlet and a continuous, unspliced, eight conductor, unshielded twisted pair cable routed in raceway from the outlet to the existing telephone backboard located in the basement. e.Computer system LAN outlets will be provided as described in the Room Descriptions in the Project Manual. Connectors will be provided at each outlet and a continuous, unspliced, eight conductor, unshielded twisted pair cable routed in raceway from the outlet to the existing LAN backboard located in the basement. The period of performance is 270 calendar days. Magnitude of construction is expected to be between $250,000 and $500,000. NAICS Code: 236220 Commercial and Institutional Building Construction The solicitation documents including specifications and drawings will be issued on or about April 21, 2009. Site visit information will be provided upon issuance of solicitation. Only one site visit is planned. Bids will be due 30 days after issuance of solicitation. This notice is for informational purposes only and is not a request for submission of offers. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidder list is maintained by this office. All potential bidders should register on this website as interested vendors for the benefit of subcontractors to provide quotes. POC: Scott Brennan, Contracting Officer, email - scott.brennan2@va.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bde4b72cd888d218f74afe84aca4780e&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veteran Affairs;VA Medical Center;5500 Armstrong Rd.;Battle Creek;MI<br />
Zip Code: 49037<br />
 
Record
SN01785235-W 20090405/090403220543-bde4b72cd888d218f74afe84aca4780e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.