Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOURCES SOUGHT

Y -- Surgical Suite Addition - Sioux Falls

Notice Date
6/2/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RP0227
 
Response Due
6/9/2010
 
Archive Date
7/9/2010
 
Point of Contact
Adam L Beaver
 
E-Mail Address
cting
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs, Sioux Falls, South Dakota will be soliciting a construction project that shall include but not be limited to furnish labor, materials, supervision to complete the project description included here. The Project includes a 24,000 SF multi-story addition to the east side of the Building 5 South Wing; which will house the relocated Surgical Suite, Post Anesthesia Care Unit (PACU), and Support Facilities on the Ground Floor and Mechanical Equipment in a second story Penthouse. Included in the Project is an Elevator/Stair Tower for connections to the 1st, 2nd, 3rd, and 4th Floors. The Site is an open area on the southeast side of the Hospital; but will require relocation of the perimeter road, relocation of utilities and new utilities. Renovations will include connections at Ground, 1st, 2nd, 3rd, & 4th Floors; along with a small addition to the existing Ambulance Bay to enlarge it. The estimated construction cost is between $5M and 10M. Deductive Bid Alternates are included. Phasing and Temporary Exiting accommodations are included. Site work generally includes new storm and sanitary sewer connections; as well as electrical service for both normal and emergency. The site work also includes construction of a new roadway to replace the existing in the vicinity of the Project, grading, retaining wall, walks, stairs, parking area, new site lighting, and paved drives. Demolition work on the site will generally include removal of site improvements, trees/landscaping, roadways, utilities, and necessary excavation for the new structure. Building demolition work will include removal of portions of the existing exterior walls, interior construction, mechanical/electrical construction, concrete floor slabs, and saw cutting concrete openings. Salvage of certain identified building elements is identified. The building addition Structure is cast-in-place reinforced concrete beam/joist system with slab-on-grade, concrete foundations and drilled reinforced concrete piers foundation. Project is designed for future vertical expansion. The Addition and Elevation Tower Exterior Enclosure generally includes face brick, stone, aluminum-glass curtainwall, and architectural louvers with stone and metal trims, metal stud/sheathing/insulation/drywall wall construction. Roofing system is a lightweight insulating concrete/insulation system with built-up roofing/SBS Membrane. Interior Construction and Finishes generally include metal stud/drywall partitions, acoustic and drywall ceilings, resilient and ceramic floor finishes, paint and wall covering wall finishes, hollow metal doors/frames, wood doors, hardware, metal and wood casework, and specialties. Fire Protection includes extension of the existing fire sprinkler system to the addition and complete coverage. Additionally, extension of the existing fire alarm is included with identified coverage. Security and Energy Management systems are extended to the Addition. Plumbing systems generally include sanitary, waste, vent, steam, water, medical gases, and storm water. New medical air and vacuum pumps are included. Mechanical systems generally include a fully ducted supply and return air system, single AHU located in the Penthouse and support by ground mounted air-cooled chillers. System includes specialized filtering and other requirements for surgical suite occupancy. Radiant ceiling panels are provided throughout. Electrical systems generally include emergency and normal power, communication systems that include voice/data/security/nurse call systems. The Project power requirements are fed from a new 1000KVA pad- mounted transformer connected to the campus medium voltage distribution system and the Emergency Power from the existing generator paralleling switchgear system, being completed by another Project. Lighting generally includes specialized lighting for the ORs, surface, recessed and can-type lighting in various areas. Exterior lighting of the building is provided and existing roadway lighting is relocated as required. 3. Background: This project will replace the existing 5th floor, Building 5 surgery suite. 4. Performance Period: The contractor shall complete the work required under this SOW in 480 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor ™s proposal, the contractor ™s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. The North American Industrial Classification System (NAICS) code is 236220, which has a size standard of $33.5M in average annual receipts over the past three years. 6. All interested parties need to provide your companies profile link (vetbiz.gov or ccr.gov), list of previous projects completed of similar magnitude and bonding capacity to Adam Beaver, Contract Specialist, at Adam.Beaver@va.gov (Telephone responses will not be accepted), if you are either a Service Disabled Veteran Owned Small Business, (SDVOSB) or Veteran-Owner Small Business VOSB, 8(a), Hubzone, or Small Business that would be interested in bidding on this project. Please respond to this notice by June 9, 2010. 7. Please not that this is not an RFP. The solicitation is anticipated to be released on or about July 25, 2010. 8. Companies responding to this Sources Sought Notification are responsible for all expenses associated with responding to this Notification. (Note: SFVAMC will not pay any costs associated with this effort). 9. The Sioux Falls VA Medical Center is not seeking or accepting unsolicited proposals. Since this Sources Sought Notification is for information and planning purposes, no evaluation letters or results will be issued to respondents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RP0227/listing.html)
 
Place of Performance
Address: Sioux Falls VA Medical Center;2501 W. 22nd Street, PO Box 5046;Sioux Falls, SD
Zip Code: 57117-5046
 
Record
SN02166490-W 20100604/100602235429-79f4f13e256b7a805ad37d2c9b14991e (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.