Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--TIERED EVALUATION: West Tower Construction Project 610-314: Fort Wayne, IN VAMC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Mar 12, 2024 09:49 am EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 19, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    VA Northern Indiana Health Care Fort Wayne VAMC Fort Wayne , IN 46805
    USA

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 (DBB) of Project 610-314: West Tower Addition Construction project at the Fort Wayne VA Medical Center (VAMC) located at 2121 Lake Ave, Ft Wayne, IN 46805. PROJECT DESCRIPTION: The Ft. Wayne VAMC is seeking a general contractor to build a 27,000 square foot addition on the West side of Building 1 and complete 2,500 square feet of remodeling at the VA Northern Indiana Health Care Campus with a period of performance of 700 calendar days from the Notice to Proceed. This project will add space for both Primary Care and the Emergency Department, install upgrades and correct deficiencies. The remodeling will occur in the basement and first floor of the existing building. Additional aspects of the project include adding larger passenger and service elevators, IT closets and Electrical Closets to serve the basement and all floors and installation of an additional accessible entrance to the building. Within the Emergency Department, rooms will be reconfigured to be private, and privacy and security deficiencies will be corrected. On the exterior of the South side of the building, the parking stalls will be relocated to better serve the Emergency Department. These upgrades will decrease the distance a Veteran has to travel from the parking lot to the building and will allow Primary Care to be located entirely on the 1st floor, utilizing the PACT model to improve patient care. This project will add a centralized specimen collection area on the 1st floor. This will allow the Veteran to come in, complete the specimen collection and leave without having to travel on elevators. The existing space where the Emergency Department Currently is located will be changed to Swing Space without any required construction. This project will incorporate security measures to move a driveway that is too close to the building to meet the security requirements of the VA. All work to be completed at the VA Northern Indiana Health Care Ft Wayne Campus, 2121 Lake Ave, Ft Wayne, IN 46805. The project must be in full compliance with the latest edition VA Design Standards and other VA Operations Manuals. ADMINISTRATIVE: The solicitation will be issued as a Request for Proposal (RFP) conducted in accordance with FAR part 15 and will be evaluated in accordance with the procedures listed in the solicitation. This procurement will be set aside based on an order of priority as established in 38 U.S.C. 8127. The solicitation will be advertised as a tiered set-aside evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45.0 million. The solicitation is expected to be issued in April 2024. The period of performance is approximately 700 calendar days from the issuance of the Notice to Proceed. In accordance with VAAR 836.204 the Magnitude of Construction is between $10,000,000.00 and $20,000,000.00. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to CS Skye Budney, Skye.Budney@va.gov AND CO Jennifer Braaten, Jennifer.Braaten@va.gov . Telephone calls will not be accepted. -END-

Contact Information

Contracting Office Address

  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 19, 2024 11:55 pm EDTPresolicitation (Original)