Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOURCES SOUGHT

Y -- RELOCATE ICU TO BLDG 100, 4 EAST, PROJECT 544-322

Notice Date
6/11/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-S-0085
 
Response Due
6/19/2009
 
Archive Date
8/18/2009
 
Point of Contact
Lisa S. Simmons, 843-329-8086<br />
 
E-Mail Address
US Army Corps of Engineers, Savannah
(lisa.s.simmons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Savannah Regional Contracting Center (SRCC), Charleston Office has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal. This does not obligate the Government to any contract award. The purpose of this Sources Sought synopsis is to determine interests and capabilities of potential qualified Small Business Administration (SBA), Certified 8(a), Hubzone Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. Project Title: Relocate ICU to Bldg 100, 4 East, Project 544-322 Project Location: William Jennings Bryan VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 This project involves demolition and renovation activities to relocate the existing ICU to Bldg 100, 4th floor East, at the VA Medical Center in Columbia, SC. Work is planned to occur in two major phases, with a lag between the completion of Phase I and the start of Phase II to allow for acceptance of Phase I and relocation of existing activities and personnel from the defined work space for Phase II. Phase I involves approximately 16,000 square feet of minor interior demolition and light interior construction on the 5th floor east. Existing conditions on the 4th floor East (Specialty Clinics) will be duplicated on the 5th floor East, with core staff and support spaces altered with additional partitions, doors, and reception windows to create offices, electrical work, as required to duplicate office and exam room conditions. Phase II is to follow relocation of the Specialty Clinics to the 5th floor. Phase II involves demolition of approximately 16,000 square feet of the 4th floor East interior spaces, with the existing HVAC equipment room, communications closet, and pneumatic tube station to remain in place. A new MICU, CCU, and PCU nursing unit will be constructed on the 4th Floor East. Work includes but is not limited to interior demolition, including abatement of asbestos floor tile mastic; interior construction; HVAC, plumbing, and electrical work; new finishes, including resilient flooring, painted gypsum walls, solid surface walls and countertops, laminate casework, and acoustical ceiling tile; wood doors with hardware and hollow metal frames, fully glazed sliding doors; and full and/or half-height interior aluminum storefront glazing systems. Mechanical work will include medical gases and negative pressure isolation. Replacement of two air handlers is anticipated. Significant structural work is not anticipated. If you can meet all of the requirements for this project, please respond to this sources sought by email, or Fax to Lisa Simmons. The e-mail address for Ms. Simmons is lisa.s.simmons@usace.army.mil. The Fax number is 843-329-2327. Responses must be received no later than 2:00 P.M. Eastern Standard Time, on 19 Jun 2009. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 6. Qualifications: Responses to this sources sought synopsis shall indicate specialized experience in Phase II construction. Provide documentation for your firm on past or similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Contractual Questions should be directed to Lisa S. Simmons at lisa.s.simmons@usace.army.mil or by calling 843-329-8086 Technical Questions should be directed to Jim Whiteman at 843-329-8081 or by email james.g.whiteman@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-S-0085/listing.html)
 
Place of Performance
Address: WILLIAM JENNINGS BRYAN DORN VA MEDICAL CENTER 6439 GARNERS FERRY ROAD COLUMBIA SC<br />
Zip Code: 29209<br />
 
Record
SN01842192-W 20090613/090611235254-0ff1ff2c19572cab14abdc8c4bd2e4eb (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.