Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
DOCUMENT

Y -- Campus Wide Fire Alarm System Upgrade, VA Medical Center, Jefferson Barracks Division St. Louis, MO - Attachment

Notice Date
5/1/2012
 
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
VA10111RP0150
 
Response Due
6/21/2012
 
Archive Date
9/28/2012
 
Point of Contact
Noella Bond
 
Small Business Set-Aside
Total Small Business
 
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 contractor furnishing all labor, materials, transportation, supervision, supplies, tools, equipment, notices, permits, and licenses required for demolition, removal and replacement of outdated fire alarm systems, components, cabling, etc in and between fifteen existing, occupied campus buildings along with installation of new system components in one new building to be constructed under a separate contract, on the Jefferson Barracks Division campus of the VA Medical Center in St Louis, MO. All work within occupied buildings shall be performed in accordance with the requirements of the medical center's infection control risk assessment (ICRA) policies. Demolition includes opening, cutting into, drilling or coring through, and/or removal of portions of walls, floors, ceilings and other improvements; removal and disposal of existing fire alarm system components in and between buildings; site excavation; abatement and disposal of asbestos containing and other hazardous materials that will be disturbed by work activities; and all other activities necessary to make way for and/or prepare areas to receive new construction. New construction includes installation of new fire alarm system components in and between buildings, including but not limited to conduits, junction boxes, cabling, wiring, sensors, enunciators, strobes, panels, door closing devices, etc; restoration of excavated areas, walls, ceilings, floors, and other improvements disturbed by demo or installation; testing, training, and operation and maintenance documentation/certification required for a fully functional, campus wide, networked and addressable fire alarm system. Contractor shall provide a contractor quality control system; laboratory and field testing, monitoring, and sampling; and required notifications and documentation required for proper removal and disposal of regulated wastes including asbestos containing and other hazardous materials. The contractor shall also be required to coordinate with the contracting officer and the Government's separate construction contractor for installation, connection, and testing of fire alarm system components in one new building which will be under separate construction during the period of performance. Additionally, all work in existing, occupied buildings shall be coordinated with the contracting officer and be performed during or outside normal working hours, as necessary to avoid and/or minimize disruptions to ongoing medical center operations. 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 qualification, 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 $5,000,000 and $10,000,000. The contract award is a total set aside for small business. The firm must be General Construction contractor approved under NAICS Code 236220 (size standard $33.5 mil). 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 May 14, 2012. A Pre-proposal conference is scheduled for 10:00 AM EDT, on May 18, 2012, at Building 61 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 June 4, 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/VA10111RP0150/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0150 VA-101-11-RP-0150_PRES.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332287&FileName=VA-101-11-RP-0150-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332287&FileName=VA-101-11-RP-0150-002.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 Drive;St. Louis, MO
Zip Code: 63125
 
Record
SN02735656-W 20120503/120501235552-bd01c783ab29983da097315428cb6bcb (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.