Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

Y -- VA Medical Center Seismic Corrections Phase 2 Outpatient Addition Project # 672-085B San Juan, Puerto Rico

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-10-RI-0045
 
Response Due
2/9/2010
 
Archive Date
5/19/2010
 
Point of Contact
Stephen Nickles, Contract SpecialistPatricia Ellis, Contracting Officer
 
E-Mail Address
Contracting Specialist
(Stephen.Nickles@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs is issuing this sources sought to identify potential small, bondable, and experienced firms that are classified under one or more of the following SBA programs: (1) Service-Disabled Veteran Owned Small Businesses (SDVOSB) (2) Veteran Owned Small Business (VOSB) (3)8(a), (4)HUBZone Small Business, (5) Women Owned Business (WOSB), and/or Small Disadvantaged Business (SDB) that are capable of meeting this construction requirement. The firm must be a General Construction Firm with an approved NAICS Code 236220, Small Business Size Standard of $33.5 million. This project (672-085B Seismic Corrections Phase 2 Outpatient Addition) includes construction of a 134,000 GSF new single story of occupied space for outpatient clinics on top of the existing Outpatient Addition (OPA) building. Create a 6.0 feet tall interstitial space between the existing OPA roof level and the underside of the new floor for distribution of mechanical, plumbing and electrical services. Construct a new connecting corridor on the second floor level of the existing Building 1 to connect this level with the new administration building. Provide access from here to the new additional floor and the penthouse on its roof by a new elevator shaft and new stairs. Construct two additional new interior stairs connecting the new second floor with the first floor and basement near the existing courtyard and near the connection to the existing main hospital building. Construct two additional exterior stairs to facilitate egress requirements. Construct two new sheer walls and extend existing sheer walls to the new second floor roof to facilitate seismic requirements. Renovate the main lobby on the first floor and the areas between the lobby and the existing main hospital building. The construction of this project should allow for maintaining full operation of the existing facility during work. A key item to achieve this task is to maintain continuous operation of the existing HVAC system with minimal service interruption. The new HVAC units and cooling towers serving the existing facility will need to be installed and fully operated prior to the removal of the existing air handling units and cooling towers from the existing roof. There are two base bid items: (1) CLIN 001-Base Bid General; (2)CLIN 002 Base Bid Physical Security. Additionally, there are six add alternates: (1) CLIN 003 Add Alternate Enclosed Stairs near courtyard, (2) CLIN 004 Add Alternate- Clerestory, (3) CLIN 005 Add Alternate - Pergola Above windows, (4) CLIN 006 Add Alternate - Enclosure of stairs #8 and #9, (5) CLIN 007 Add Alternate - New elevators, (6) CLIN 008 Add Alternate First Floor Lobby Renovation & New Finish Materials. At this time, no solicitation exists, therefore, do not request a solicitation. Small business contractors and vendors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1.Company Name, 2. Address, 3. Point of Contact with phone number and e-mail address, 4. Business size determination and qualifying Small Business status, 5. Certification of Small business Status, 6. Available Bonding Capacity (from Surety), 7. Construction experience of similar projects in size, scope, complexity, and dollar amount. The estimated cost for this project is between $20,000,000 and $50,000,000. You are required to E-mail your responses to Stephen Nickles at www.stephen.nickles@va.gov and copy to Patricia A. Ellis, contracting officer at www.patricia.ellis@va.gov. no later than 2:00 pm EDT on February 9, 2010. Small business concerns failing to respond to this add will not be precluded from responding to the solicitation. Note that this is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. Look for any further information at www.fbo.gov about this possible procurement. Point of Contact: Stephen Nickles Place of Performance: U.S. Department of Veterans Affairs, VA Medical Center, 10 Casia Street, San Juan, PR 00921-3201, USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA-101-10-RI-0045/listing.html)
 
Place of Performance
Address: US Department of Veterans Affairs;VA Medical Center;10 Casia Street;San Juan, Puerto Rico
Zip Code: 00921-3201
 
Record
SN02046905-W 20100123/100121235348-688f034d6f1c9ffd497b072088e19f64 (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.