Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

Y -- BLDG 2 & Challenge Course Remodel - Design-Build Patient-centered Care Advancement Program

Notice Date
4/27/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 4 RM 122;Sheridan WY 82801
 
ZIP Code
82801
 
Solicitation Number
VA-259-10-RP-0161
 
Archive Date
6/26/2010
 
Point of Contact
Jason Brown307-675-3680
 
E-Mail Address
Contracting Officer
(jason.brown5@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA-259-10-RP-0161PROJECT # 666-10-811 BLDG 2 & CHALLENGE COURSE REMODEL PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting bids for BLDG 2 & Challenge Course Remodel Project #666-10-811. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-10-RP-0161 for the following: A/E design-build services are required at the VA Medical Center in Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming 82801 to perform design and construction work in rehabilitating Building 2 for use as a patient-centered care advancement facility, and further design and construction services are needed to also design and build a new Challenge Course to replace the existing course on station. The A/E design-build team will provide services to include the following: Design: Architectural, civil and other professional design disciplines, including necessary services to discover existing and potential defects within and around building 2, and provide plans, specifications and guidance for contractors to perform exterior masonry, roofing and wood structural repairs around the building, and interior renovations and upgrades and; Architectural, civil and other professional design disciplines, including necessary services to design and provide plans, specifications and guidance for contractors to construct a new patient challenge course to replace the existing onsite challenge course structures, and; Other design work necessary to complete this project. Build: The A/E design-build team contractors will provide services to include the following: Building 2: Exterior services to include repair and replacement of: eaves and fascia, roof shingles, concrete porch columns, historical brick re-pointing and new building signage installation. And; Interior services to include: abatement of existing asbestos tile, lead-based paint, and bat infestation. Floor repair (wood and concrete) and carpet removal and replacement with new pad and carpet/tile, new wall framing and plaster repairs, installation of a new HVAC system for the entire building except for the crawlspace, subbasement, basement and attic areas, door upgrades, bathroom upgrades which shall comply with ADA and UFAS requirements, installation of a handicap lift to provide access for wheelchair transitions between floors, electrical upgrading to provide adequate service for the new HVAC system, the new exercise equipment, the handicap lift, and a minimum of four (4) computer kiosks; repositioning existing and installing new electrical outlets, window removal and installation to include new louvered blinds, and other ancillary services to be determined during AE inspection. Challenge Course: Exterior services to include: Demolition of the existing structures, prep and prepare ground surfaces, and construction of A/E designed challenge course towers and equipment. And; Other work as per drawings and specifications. NOTE: Building 2 is listed on the State Historical Registry. As such, they require re-pointing procedures that meet historical restoration guidelines. The Government shall provide the correct historic mortar formulation to be used to repoint the historic portion of this project. CONTRACT DURATION: Performance period is approximately 270 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $500,000 and $1,000,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 236220 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about May 13, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is scheduled for Wednesday, May 20, 2009, 10:00 a.m. (Mountain Time), in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-10-RP-0161 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA-259-10-RP-0161/listing.html)
 
Place of Performance
Address: 1898 Fort Road;Sheridan WY 82801
Zip Code: 82801
 
Record
SN02132874-W 20100429/100427234605-d523ca284d9a7a31708d3d671b434d39 (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.