South Carolina Bids > Bid Detail

P400--Decommission/Restoration Old Facility

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159889139392579
Posted Date: Apr 13, 2023
Due Date: Apr 26, 2023
Solicitation No: 36C77023Q0238
Source: https://sam.gov/opp/0aea81e0d2...
Follow
P400--Decommission/Restoration Old Facility
Active
Contract Opportunity
Notice ID
36C77023Q0238
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CMOP OFFICE (36C770)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 12, 2023 09:44 pm CDT
  • Original Response Date: Apr 26, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Consolidated Mail Order Pharmacy (CMOP) CMOP CHARLESTON NORTH CHARLESTON, , SC 29405
    USA
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method.
NAICS code: 236210 and size standard is 7,786.
NOTE: Respondent claiming SDVOSB and VOSB status must be registered, and CVE verified in VetBiz Registry www.vetbiz.gov.

Building and APFS Decommissioning and Disassembly Support
1.0 GLOSSARY
VA U.S. Department of Veterans Affairs
CMOP Consolidated Mail Outpatient Pharmacy VA s high-volume prescription filling unit
APFS Automated Prescription Fulfillment System
TCA - Tablet and Capsule Automation Subsystem
UUA - Unit of Use Automation.
AUOU see UUA above
UoU Unit of Use
CHARLESTON (RIVERS) CMOP Charleston Consolidated Mail Outpatient Pharmacy on Rivers Ave
TSP Tote Semi-Auto Packer A type of staffed packing workstation assisted by electro-mechanical devices commonly used in order fulfillment operation.

2. OVERVIEW
The United States Department of Veterans Affairs Consolidated Mail Outpatient Pharmacy (VA CMOP) processes over 500,000 prescriptions per day at seven regional sites. Prescriptions are entered into the patient s Electronic Health Record (EHR) at VA hospitals and clinics, then transmitted to the assigned CMOP for processing and mailing to the veteran.
Currently, the Charleston (Rivers) CMOP processes an average of 120,000 scripts per day. The operations are relocating to a new facility and the lease at Rivers is expiring.
This RFP is intended to solicit proposals from contractors that will support the VA in dis-assembly, demolition, relocating and staging for disposal of existing APFS equipment. In addition, the contractors will demolish building related items such as walls, bollards, furniture, and fencing.
Proposals will be evaluated to select the best, most reliable support, and the most cost-effective means of providing a best value solution for the M-CMOP.
2.1. Facility Location
US Department of Veterans Affairs
Charleston (Rivers) CMOP
3725 Rivers Ave
North Charleston, SC 29405

THE FOLLOWING PAGES ARE INCLUDED TO DESCRIBE THE SCOPE OF THE PROJECT. MORE INFORMATION WILL BE INCLUDED IN A SOLICITATION, IF RELEASED.

3.0 Scope of Demolition
The following section describes the equipment and details for breaking down and removing the existing equipment within the Charleston space.
All disassembly work included in this section will be inclusive of electrical and pneumatic lines feeding the equipment. Such lines and cabling will be removed back to their respective control panel or piping manifold. All floors will be left in a condition conducive to an open space acceptable by the Lessor for future use by others. This includes:
Clean, bare, swept floors with no materials or debris
No obstructions
In the drawings below, highlighting signifies equipment to be removed. Pictures of the target portion of the system have been included to provide a better visual of the work to be accomplished, but they are not all inclusive.
The phases are intended to maintain organization of the equipment and components. They will occur sequentially without the need to demobilize.
3.1 Disassembly, Description, and Identification
3.1.1 Removal of A-Frames
Demolish the existing APFS UoU system (Two A-Frame dispensers highlighted gray on the drawing) and floor mounted belt conveyor systems and controls panels. The electrical shall be removed back to the distribution panel. The silver metal storage racks surrounding the A-Frames shall be removed as well. VA will relocate the inventory.



The A-Frame section includes disassembly of the following equipment as examples, not all inclusive:



3.1.2 Removal of Labeling, Verification, Packing, and Tote Line
Demolish the existing conveyor (roller and belt), workstations, netting, packing stations, automated packing equipment, printers, package takeaway conveyor, and bridges/stairs. The electrical shall be removed back to the distribution panel. The compressed air shall be removed back to the nearest valve, manifold, or tank that is not attached to the conveyor. Leave electrical panels and compressed air tanks in place. The areas are highlighted in pink on the drawing. The tote line includes all the blue conveyor on the drawing, which is not entirely highlighted to avoid confusion.
VA will remove the computers and monitors.


The line consists of the following as examples, not all inclusive:

3.1.3 Removal of TCA Equipment
The Tablet Counting Automation will be partially removed along with the Flexlink conveyor. The drawing shows equipment highlighted greenish yellow that the VA is relocating to another facility. The contractor will be responsible for removing the equipment and conveyor highlighted blue.

The TCA Equipment consist of the following components:
Cappers (Two Waterfalls and Four Capping Machines)

Labelers

Cameras

Bottle Orienters

Scales

3.1.4 Removal of Furnishings (Systems Furniture, Cabinets, & Chairs) and Mobile Partitions
There are 29 rooms/locations with furnishings and partitions (104, 109, 110, 112, 114, 120, 152, 126, 132, 133, 134, 135, 136, 137, 138, 140, 141, 142, 146, 147, 148, 149, 150, 151, 153, 154, 155, 156, and 157)
3.1.5 Removal of Miscellaneous Equipment
Microwaves and refrigerators

Forklift charger

Exterior Air Compressor
3.1.6 Removal of Garden Center Contents
3.1.7 Demolition of Exterior Items
Fencing, benches, tables, and chairs

Entry turnstiles and fencing, but not the awning

Parking lot perimeter fencing (Approximately 800 linear feet with an entry gate)
3.1.8 Demolition of Interior Walls, Bollards, and Cages
Wall lockers approximately 100 located in the Employee Corridor #117

Cages in three locations (Maintenance Storage, Returns, and Controlled Substances)

Engineering Shop/Office walls

Bollards

3.1.8 Items that will remain in place
Storage Racks that resemble those shown below with orange horizontals

Executive (Wooden) furniture and chairs that resemble those shown below

IT (Blue) Cage

Cardboard baler, Atlas Copco compressors, air compressor tanks, air compressor main piping, generators, generator fuel tanks, electrical switchgear, electrical panels, electrical transformers, HVAC equipment, vending machines, security equipment, fire alarm equipment, dock lifts

Removal of Decommissioned Equipment:
The Government will attempt to dispose of decommissioned equipment from the Charleston (Rivers) facility via appropriate means for possible resale or relocation to other CMOP sites. To that end decommissioned equipment will need to be fully inventoried (including photos), palletized and stretch wrapped, etc. to protect it for this subsequent disposal effort. The Contractor s scope should include time and materials to support this effort for all major pieces of decommissioned automation equipment.
Disassembly of the system must be done with care and by skilled individuals to ensure that the integrity of the system components is maintained. This includes the necessary provisions for disassembly of electrical, electronic, control and robotic components. In all cases these items should be packaged in accordance with the manufacturers requirements to ensure they can be transported without damage. For electronic related components, these should be removed in a manner that prevents static discharge or damage to the component and they should be packaged in a manner that is consistent with protecting the electronic integrity of the device (boards, controller cards, PLC, etc.).
3.2.1 Equipment/Electronic Component Removal and Packaging
Since electronic products are considered fragile, the electronics product packaging must consider protection from extreme temperatures, mechanical damage, electrostatic discharge and high frequency noise emission. Care should be taken by trained technicians to disassemble these components, inventory and package them for future use. The contractor should provide packaging information for approval by VA PROJECT MANAGER to ensure it is appropriate for the needed application. In most instances the level of packaging will conform to an industry standard at a Level 3, Level 4 or Level 5 as needed.
3.2.2 Packaged and Palletized Equipment and Materials
All items identified for packaging and palletization in accordance with manufacturers requirements to ensure the integrity of the equipment and materials remains in good working condition for future use or shipping. For all items determined to be handled in this manner the contractor will be required to be inventoried and documented in a manner that facilitates the process for final disposition of the item. The contractor will be required to take pictures in accordance with the GSA guidelines including the naming convention for these pictures, in order to expedite the final disposition of these items. These guidelines have been provided as attachments in section 3.2.4 of the statement of conditions.
Use of cameras and pictures at the CMOP facility is prohibited except for this intended purpose. All pictures taken shall be reviewed and approved by the local CMOP Project Manager to ensure no private patient or employee information or images are present in the photographs.


Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format.
Please e-mail your response with the above information to Christina.Smith7@va.gov with the subject line Sources Sought Notice # 36C77023Q0238 by 2:00pm on 28 April 2023. Any questions should be emailed to Christina.Smith7@va.gov.

Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Attachments/Links
Contact Information
Contracting Office Address
  • 5049 SOUTH 13TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 12, 2023 09:44 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >