SOLICITATION NOTICE
Z -- Retrofit Campus Wide Infrastructure Systems - White City VA Southern Oregon Rehabilitation Center and Clinics (SORCC)
- Notice Date
- 8/17/2020 10:07:35 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36E77620R0042
- Response Due
- 9/2/2020 11:00:00 AM
- Archive Date
- 10/23/2020
- Point of Contact
- Jason Schultz, Jason Schultz, Phone: (216) 791-3800
- E-Mail Address
-
Jason.Schultz@va.gov
(Jason.Schultz@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 1 of 1 INTRODUCTION: The Department of Veterans Affairs (VA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single, Firm-Fixed-Price contract for the Design-Bid- Build Retrofit Campus-Wide Infrastructure Systems project at the White City VA SORCC located at 8495 Crater Lake Hwy, White City, OR 97503 PROJECT DESCRIPTION: The Retrofit Campus-Wide Infrastructure Systems project at the White City VA SORCC will replace aging infrastructure facilities including potable water, sanitary sewer and storm sewer and add a new stormwater facility. This project intends to construct up to approximately 14,020 lineal feet of 8-inch potable water pipe, 6,840 lineal feet of gravity sanitary sewer pipe ranging between 6 and 12 inches, and 17,250 lineal feet of gravity storm sewer pipe ranging between 6 and 36 inches. Most of construction shall use trench methods for pipeline retrofit work. Portions of pipe will be constructed using trenchless methods typically beneath buildings, other structures or where high value surface amenities exist. A stormwater facility (wet pond with retention) consists of augmenting an existing pond (which is too small) by installing a new, separate and bigger pond with flow control features. Portable Water system construction will occur in three stages per phase. Stage 1 will construct, and test retrofit facilities offset from existing pipe to maintain existing water system in service. Stage 2 will construct tie-ins to existing systems. VA buildings conducting critical services will be required to have temporary water service provisions to avoid disruption of water supply. Non-critical buildings will be allowed to have water service disrupted on a short-term basis. All water service interruptions for Stage 2 tie-ins shall be approved by VA prior to beginning work. Stage 3 construction will remove or abandon existing water system taken out of service. Most of the sanitary sewer and storm sewer pipe will be constructed at a zero-foot horizontal offset from the existing pipe and will require concurrent pipe removal and installation operations. Sanitary sewer and storm sewer systems shall be maintained in service during retrofit construction. The contractor will be required to install temporary flow management facilities. The design and implementation of all temporary flow management facilities shall be the responsibility of the contractor. Restoration of disturbed existing site surfacing shall be required. This will include but not be limited to concrete sidewalk, asphalt pavement, turf and landscaping. Surfacing shall be restored in accordance with the construction documents and VA design standards. As authorized by the VA, construction shall be performed in nine predetermined phases, one phase at a time beginning with phase 1. The stormwater facility shall be constructed before or during phases 1 and 2. To minimize the disruption of site activities, extensive pre-construction planning, coordination and scheduling shall occur with VA prior to beginning each phase of work. Work plans shall be prepared in detail to facilitate VA review and approval of proposed retrofit work in each phase. Work in each phase shall be completed and accepted by the VA within a defined period of having started the next phase. ADMINISTRATIVE: The solicitation will be issued as a Request For Proposal (RFP) conducted in accordance with FAR Parts 15, 19, and 36 and will be evaluated in accordance with the procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set- Aside. Offers received from other than SDVOSB concerns will not be considered. The applicable NAICS code is 236220 with a size standard of $39.5 million. The solicitation will be issued on or about the week of August 3, 2020. The period of performance is approximately 620 calendar days from the issuance of the Notice to Proceed. This notice is not a request for competitive offers. The Magnitude of Construction is expected to be more than $10,000,000.00. All questions must be submitted in writing to the issuing office via email to Jason.schultz@va.gov. Telephone calls will not be accepted. -END-
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3814286bc0c44229aec629ce11f94cbc/view)
- Place of Performance
- Address: White City Rehabilitation Center and Clinic 8495 Crater Lake Hwy, White City, OR 97503, USA
- Zip Code: 97503
- Country: USA
- Zip Code: 97503
- Record
- SN05760961-F 20200819/200817230203 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |