Similar Projects
Last Updated | 08/10/2022 03:32 AM |
Project Title | Renovate Building 134 CLC 3A/C |
Physical Address | View project details and contacts |
City, State (County) | North Chicago, IL 60064 (Lake County) |
Category(s) | Government/Public, Medical |
Sub-Category(s) | Hospital, Military Facility |
Contracting Method | Competitive Bids |
Project Status | Construction start expected October 2022 |
Bids Due | View project details and contacts |
Estimated Value | $10,000,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | 556-20-013_Renovate CLC Bldg. 134 3A-3C at the FHCC in North Chicago, IL Project 556-20-013 Renovate Building 134 CLC 3A/C at the Captain James A. Lovell FHCC in North Chicago, IL. Contractor shall provide for and furnish all labor, materials, equipment, qualified supervision, and other items designated in this contract in accordance with the specifications and drawings to complete the project indicted above. All work shall be performed in accordance with all current NFPA, federal, state, and local authorities. NAICS: 236220 - General Construction - Small Business Size Standard of $39.5 Million. Project Magnitude: Between $5,000,000 and $10,000,000. This procurement is a 100% set-aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB) per the authority 38 U.S.C. 8127 (Public Law 109-461). In accordance with VAAR 819.7003(b), at the time of submission of bid, and prior to award of any contract, the bidder must represent to the CO that it is: (1) an SDVOSB eligible under VAAR Subpart 819-70; (2) a Small Business concern under the NAICS assigned to this acquisition; and (3) an SDVOSB listed as verified in the VIP database at:: https://www.vetbiz.va.gov/. See FAR 52.236-27 for site visit details. Two organized site visits are scheduled as outlined below: 1.) Tuesday, July 5, 2022 at 9:00 a.m. CST. 2.) Monday, July 11, 2022 at 9:00 a.m. CST. Attendees will meet in Building 3, Room 116 at the Captain James A Lovell FHCC, North Chicago, IL 60064. Contractors are STRONGLY ENCOURAGED to attend both site visits to become familiar with the area, compare the existing conditions with the contract documents and to develop appropriate questions about the solicitation details. NOTICE: VA and/or a third party (support contractor) will require access to VA contractor records to assess contract compliance with the limitations on subcontracting requirements included in VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING AND COMPLIANCE. If submitting as a joint-venture, offerors must include a copy of the joint-venture agreement. SOLICITATION: 36C25222B0022 PROJECT: 556-20-013 Renovate Bldg 134 CLC 3A/3C Price Range Between $5,000,000 and $10,000,000 Contractor shall furnish all labor, materials, equipment, and supervision in accordance with contract documents, drawings, and specifications to demolish the existing Community Living Center (CLC) at Building 134, 3rd floor, A & C wings at the James A Lovell Federal Health Care Center. When completed, the updated CLC will serve elderly veterans who require round-the-clock care and end-of-life care. It will expand current CLC facilities by adding space for 12 new beds, as well as accompanying utility, administrative, and public spaces (kitchen, dining, den, bathroom office space and maintenance areas. Information provided below shall be applicable to Project 556-20-013 Renovate Bldg 134 3A/3C 1.) All Bidders/Offerors shall submit information pertaining to their past Safety and Environmental record. The information must contain a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. If such certification cannot be made, a Bidder/Offeror shall explain why and submit as much information as possible regarding the circumstances of its past safety and environmental record, including the number of EPA violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a detailed description of those violations. 2.) All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR). This information shall be obtained from the Bidder's/Offeror's insurance carrier and be furnished on the insurance carrier's letterhead. If a Bidder/Offeror's EMR is above 1.0, Bidder/Offeror must submit a written explanation of the EMR from its insurance carrier furnished on the insurance carrier's letterhead, describing the reasons for the elevated EMR and the anticipated date the EMR may be reduced to 1.0 or below. 3.) Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state-run worker's compensation insurance rating bureau. 4.) If the NCCI cannot issue an EMR because the Bidder/Offeror lacks insurance history, Bidder/Offeror shall submit a letter indicating so from its insurance carrier furnished on the insurance carrier's letterhead, and include a letter from the NCCI indicating that is has assigned Bidder/Offeror a Unity Rating of 1.0. 5.) The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make an initial Determination of Responsibility. 6.) This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||||||||||||||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |