Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2019 FBO #6388
SOURCES SOUGHT

Z -- 689-17-102 Inpatient pharmacy corrections IV

Notice Date
5/19/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1 (NE);VAMC Togus;1 VA Center (90C);Augusta, ME 04330
 
ZIP Code
03104
 
Solicitation Number
36C24119R0074
 
Response Due
5/29/2019
 
Archive Date
6/28/2019
 
Point of Contact
207-623-8411 x2229
 
Small Business Set-Aside
N/A
 
Description
Project Number 689-17-102; Inpatient Pharmacy IV Corrections: THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), Small Businesses (SB) and Large Businesses (LB). The project shall be a complete renovation of the area located in Building 1 Ground Floor at the VA Connecticut Healthcare System in West Haven, CT. The pharmacy to be renovated is approximately 1,410 square feet. Work shall include architectural, structural, plumbing, mechanical, electrical, IT, and all other systems as necessary to completely renovate this space to meet the project objectives. The VA Project Number and Title is 689-17-102, Inpatient Pharmacy IV Corrections. Contractor shall provide the demolition and removal of existing structures, relocation of existing owners equipment, construction of new spaces and furnish labor and materials and perform work for the renovation and replacement of existing pharmacy space located at the West Haven VA Medical Center in accordance with the contractual terms and conditions, specifications and drawings, and applicable wage rates. The main goal of this project is to address the requirement for the VA to meet United States Pharmacopeia Chapter 800 (USP-800) compliance. The results of which shall include all new walls, ceilings, floors, layouts, HVAC systems, lighting, power, plumbing and fire protections. Because the area is not fed by the main plant steam and chilled water systems, the new HVAC system shall be self-contained and include DX cooling and gas heating. This will lend itself to allowing the area to operate year-round without any temporary shutdowns due to environmental restrictions. Additionally, a redundant HVAC system is being designed to allow for proper maintenance and stand-by operations to insure the most reliable on-time performance. The main area of renovation is required to have a 100% outdoor air supply and exhaust. No recirculation of the air system is allowed. Additional, very specific pressure relationships must be maintained in order to meet USP-800 compliance. The standalone HVAC system will be designed to integrate with the central campus BMS and controls systems. All work shall be done in accordance with VA specifications and design guides, NFPA, NEC, USP-800 and all other applicable code requirements. The contractor shall assume that the majority portion of work will be performed outside of regular working hours (6:00 am 7:00 pm). The total project schedule is anticipated to be 9 months. It is expected that the contractor shall use the initial two months to perform field inspections and verifications, complete submittals including coordination submittals and to order all long lead items to ensure their timely delivery. It is expected that the contractor shall use the last month for final closeout and documentation. Therefore, is expected that the construction period and significant onsite activity will take place in the remaining 6 month period. Interested parties meeting the requirements of this notice must address the information below in their response. Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. The project range is $2,000,000 to $5,000,000. General building construction contractors have a size standard of $33.5  million in average annual receipts; the applicable NAICS code is 236220.   This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), Small Businesses (SB) or Large Businesses (LB) capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must have an active registration in SAM. Registration is available at www.sam.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about December 7, 2018. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) Company name and address, point of contact with phone number, business type, and DUNS number; (2) Identify the level of interest your company intends to provide/perform under this project. ____ Prime contractor ____ Subcontractor ____ Supplier (3) Proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) Company s Bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company documentation; For questions 5, 6 and 7: Provide information on both Government and Commercial Civilian Contract. All submitted information should include 1) location 2) Customer Point of contact 3) indication of Government or Civilian 4) Date work started and was completed (5) Provide up to five (5) examples of similar projects in scope and size for Pharmacy Suite renovations, to include HVAC and Control Systems replacement; (6) Provide up to five (5) examples of similar projects your company has experience in completing involving properly phasing a project to eliminate penetration/envelope leaks of water, wind, snow, etc.; and (7) Any other pertinent company documentation. The response date to this Sources Sought notice is May 29, 2019, at 09:30 am. This market research is for informational and planning purposes only. This and other market research information will aid the Government in determining the appropriate set-aside. The Government will not pay any costs for responses submitted. Electronic submissions are required via christopher.field@va.gov. Subject line relating to this sources sought must read 36C24119R0074 Inpatient Pharmacy IV Corrections SOURCES SOUGHT RESPONSE. Questions or concerns pertaining to this requirement, please call Christopher Field at 207-623-8411 x2229. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24119R0074/listing.html)
 
Place of Performance
Address: VA Medical Center;West Haven;950 Campbell Avenue;West Haven, CT
Zip Code: 06516
Country: USA
 
Record
SN05316426-F 20190521/190519230009 (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.