Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOURCES SOUGHT

Y -- Design/Build of Specialty Clinic Addition to Building No. 1, VAMC, Providence, Rhode Island

Notice Date
12/7/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-10-X-0002
 
Response Due
12/15/2010
 
Archive Date
2/13/2011
 
Point of Contact
Rachael Raposa, 978-318-8249
 
E-Mail Address
US Army Engineer District, New England
(rachael.raposa@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a Design-Build construction project at the Veterans Affairs Medical Center (VAMC) in Providence, Rhode Island to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 236220. The estimated construction cost is between $10,000,000.00 and $20,000,000.00. The project is planned to be issued on or about January 2010. The project scope of work includes the design and construction of a new two-story Specialty Clinic Addition to Building No. 1 along with electrical work to correct electrical service deficiencies in Building No. 1. The work required generally includes "Providing new electrical space within the Specialty Clinic Addition to house the primary electrical switchgear, transformers and related electrical equipment, along with two new 2,000kVA transformers and associated equipment, as required to correct electrical system deficiencies in Building No. 1. "Providing electrical feeders and new electrical rooms on each floor of Wing A, B and C for power distribution into Building No. 1. "Providing an emergency generator to supplement the two existing generators located in Building No. 26. "Providing a loop system for power distribution around Building No. 1. "Providing 6,700 s.f. addition of new Specialty Clinic space to existing Building No. 1, with provisions to add up to 6 future floors above the Specialty Clinic. "Providing a new 900 s.f. elevator core to connect the new addition with Building No. 1, with provisions to add future levels above the Specialty Clinic. "Providing an additional 3,000 s.f. of office space within the new addition to accommodate employees displaced by the construction of 21 electrical rooms in Building No. 1. "Providing an elevated and covered connecting walkway between the new specialty clinic addition and the new Operating Room (OR) Addition being built by others. "Coordinating with the Mental Health Clinic project A-E designer for design details, in particular, structural and architectural elements. The Mental Health facility will be constructed as future floors 3 and 4 of the proposed Specialty Clinic Addition. Work includes but is not limited to civil, structural, architectural, electrical, telephone, public address system, nurse call system, fire detection and protection, and complete mechanical HVAC and plumbing systems including HVAC controls utilizing the existing Building Management System (BMS). All HVAC monitoring shall be connected to the Campus-wide BMS and to the Campus Control Engineers Office in Building No. 1. Fire detection, telephone, public address system, security camera system, and nurse call system shall interface with the existing systems installed in Building No. 1. Associated site work including environmental protection, permitting, utilities, pavements, pedestrian access, and landscaping is included in the scope of work. The Contractor will provide all architecture, engineering, planning, design, environmental investigations, all permitting, engineering investigations including, but not limited to, establishment and verification of existing conditions, geotechnical investigations, hazardous material investigations, topographic surveying, construction services as well as the requisite materials and equipment. The Contractor shall be responsible for all design quality control, construction quality control, material submittals, and construction schedule. The work is located at an active VA hospital with both in-patient and out-patient functions. Impact to hospital operations must be kept to a minimum and carefully coordinated with the Contracting Officer and hospital staff. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the Design-Build team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience with two examples of a design-build project, similar in scope and magnitude to this project that the team has performed. The examples must demonstrate beyond typical building construction and should highlight demonstrated electrical capabilities with regards to design and installation of high voltage transformers, generators, electrical switchgear, panel boards, conduit and wiring and fuel tanks, and connection to an existing occupied building with minimal impact to operations and cutover time. Additionally, at least one of the examples must indicate the firms experience working in an active hospital environment. The past experience examples must have been performed within the last five years. Responses are due December 15, 2009. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Rachael Raposa. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-10-X-0002/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN02018098-W 20091209/091207234603-2c8d0fa07b574e843943fba2df133b6a (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.