Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
DOCUMENT

Y -- New Energy Plant & Campus Utility Grades, Jefferson Barracks, VAMC St Louis, MO - Attachment

Notice Date
3/7/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);425 I St., NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10111RP0149
 
Response Due
3/16/2012
 
Archive Date
6/23/2012
 
Point of Contact
Noella Bond
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Construction and Facilities Management is seeking construction contractors. The contractor shall all furnish all labor, materials, tools and equipment, and services necessary for construction of the project described herein and other specific tasks as further defined in the resulting solicitation. Work is to be performed at the Jefferson Barracks Division of the St Louis VA Medical Center located at 1 Jefferson Barracks Drive, St. Louis, Missouri. The scope of this package consists of the contractor furnishing all labor, materials, transportation, supervision, supplies, tools, equipment, permits, and licenses required for demolition, removal and disposal of existing structures and improvements, site excavation and restoration; abatement and disposal of asbestos containing materials; removal and disposal of hazardous materials; and removal and disposal of other existing improvements to make way for and/or prepare areas to receive new construction, and construct a complete and fully operational energy plant, substation and campus utility distribution. The contractor shall coordinate with the electrical utility service provider for the installation and testing of the substation transformer, switchgear and associated equipment during the period of performance. The contractor shall also coordinate with the natural gas service provider for the installation and testing of gas mains and associated pressure reducing station. The contractor shall also coordinate with the Government's separate fire alarm contractor for the installation and testing of specified fire alarm system components during the period of performance. Demolition of existing structures and improvements includes, but is not limited to, removal and disposal of buildings, foundations, underground utilities, walkways, pavements and other existing improvements necessary for the complete and proper execution of the contract requirements. New construction includes the central utility (energy) plant building including, but not limited to, underground storage tanks, foundations, flooring, walls, windows, doors, roofing systems, boilers, chillers, pumps, piping, electrical rough-in, cabling, wiring, panels, junction boxes, heating, ventilation, air conditioning, controls, fire alarm rough-in, emergency generators, electrical switchgear, site improvements, etc; the adjacent electrical substation facilities including, but not limited to, foundations, walls, gates, pads, transformers, switchgear and associated equipment, site improvements, etc; and the underground campus utility distribution infrastructure system including, but not limited to, trenching, piping, conduits, cabling, site restoration, etc. The contractor shall provide a contractor Quality Control system; laboratory and field testing, inspections, and systems testing; whole building commissioning; LEED ® certification; and unit pricing for unforeseen bulk rock removal, trench rock removal and increased/decreased depths for drilled piers/caissons. Subject to VA's acceptance, the contract drawings and specifications include two (2) additive alternates for concrete utility trenches and for combined heat and power (cogeneration). The offeror shall furnish, obtain any and all necessary licenses required to perform this work in the State of Missouri. This is a Request for Proposal (RFP) solicitation. There will be no public bid opening. The basis for award will be Best Value method. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the government considering construction management, recent and relevant past/present performance, schedule, small business participation, and price. Firms are advised that award may be made without discussions or any contact concerning the proposals received. The government reserves the right to award a contract to other than the low offeror. The magnitude of this project is between $50,000,000 and $100,000,000. The firm must be a General Construction approved under NAICS Code 236220 and the size standard $33.5 mil. Small business subcontracting goals for this project are as follows: (a) 17.7% for Small Business (SB); (b) 5% Small Disadvantaged Business (SDB); (c) 3% Service-Disabled Veteran Owned Small Business (SDVOSB); (d) 5% Women-Owned Small Business (WOSB); (e) 3% Hubzone Small Business, and (f) 5% Veteran-(Owned Small Business (VOSB). The closing date and time for submission of offers will be contained in the solicitation package. The solicitation is expected to be issued on or about March 14, 2012. A Pre-proposal conference is scheduled for 10:00 AM CST, on March 27, 2012, at Building61 of the Jefferson Barracks Division of the VA Medical Center, 1 Jefferson Barracks Dr., St. Louis, Missouri 63125. All offerors, consultants, subcontractors, manufacturers and suppliers are invited to attend. The deadline for submission of Requests for Information is April 3, 2012. The solicitation package will be posted on FedBizOpps, which can be accessed at https://www.fbo.gov/. In order to view the solicitation package you must register with FedBizOpps. For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at FedBizOpps https://www.fbo.gov/. The Government will not provide paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests, for the solicitation package will not be honored. Potential offerors MUST register at FedBizOpps www.fbo.gov in order to receive notification and/or changes to the solicitation. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective offerors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. All interested parties MUST be registered in the Central Contractor Registration (CCR) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register on-line at http://www.ccr.gov. To register with ORCA, you may go online at https://orca.bpn.gov. Points of contact for this procurement are; Noella Bond is the Contracting Officer at email noella.bond@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0149/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0149 VA-101-11-RP-0149_PRESOL REV.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=304270&FileName=VA-101-11-RP-0149-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=304270&FileName=VA-101-11-RP-0149-005.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1 Jefferson Barracks Dr.;St. Louis, MO
Zip Code: 63125
 
Record
SN02691203-W 20120309/120307235600-a11d8c2c16286e67fd9412b1a82419db (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.