Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT / INDUSTRY DAY: Construction of a New Critical Care Center on the VA Campus for the GLAVAHS, Los Angeles, CA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sources Sought (Updated)
  • Updated Published Date: Jan 30, 2025 03:48 pm PST
  • Original Published Date: Jan 24, 2025 11:52 am PST
  • Updated Response Date: Jun 13, 2025 03:00 pm PDT
  • Original Response Date: Jun 13, 2025 03:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 31, 2025
  • Original Inactive Date: Oct 31, 2025
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Los Angeles , CA 90073
    USA

Description

Sources Sought / Industry Day: Construction of a New Critical Care Center on the VA Campus for the GLAVAHS, Los Angeles, CA

The U.S Army Corps of Engineers, Los Angeles District (SPL) has an announcement regarding a new project for the construction of a New Critical Care Center on the VA Campus for the GLAVAHS. This project is expected to exceed $1,000,000,000. To award a project of this size, the time for awarding will take about 10-months from closing of the bids. We are seeking information from interested parties on executing this project. The anticipated award date is Q2 Fiscal Year 2027 targeting February 2027.

There is an Industry Day planned for February 12, 2025, at 10:00 AM PST. The target audience from industry are the firms with the capability and experience in constructing a project of this magnitude. Please see minimum construction capabilities listed below. The Industry Day event will be held at the following location:

Event Location: West Los Angeles VA Medical Center

Building 500, Room 1281

11301 Wilshire Blvd,

Los Angeles, CA 90073

Campus map is attached to this announcement. Please plan to arrive 30-45 minutes prior to allow yourself sufficient time for parking and transit from designated parking lot to the hospital. If you are interested in attending the Industry Day event, please RSVP by sending the following information to the point of contacts listed on this Sources Sought. 

  • Company Name
  • Company UEI
  • Name, Title, Phone Number, and Email of Attendees (Recommend no more than 3 representatives per company)

Project Details (See Attachments for Drawings)

This project provides for the construction of a new Critical Care Center (CCC) to relocate existing critical and associated ancillary and diagnostic services from the existing Building 500 and for the construction of a new central utility plant, at the West Los Angeles VA Medical Center of the VA Greater Los Angeles Healthcare System in Los Angeles, CA. The new Critical Care Center will be 450,000 GSF. Programs within the facility include Sterile Processing, Morgue, Pharmacy, Pulmonary, Engineering & Bio-Med, Environmental Management (EMS), Police Service, Administrative and Conference areas, Emergency Department, Imaging, On-call Suites, Café, Chapel, Surgical Suites, SICU, MICU, PACU, PRE-OP, Acute Mental Health, and Med-Surge patient rooms. The facility will have 160 beds of which 44 will be in the mental health ward. The location of the new Critical Care Center will be just south of the current Hospital, Building 500.

To support the new facility, the existing Building 500 will require limited renovations, relocation of the existing loading dock functions, and the addition of a 15,000 GSF Logistics Transportation Hub (LTH). This project will also include a new 52,000 GSF Central Utility Plant (CUP) to replace the existing CUP that will support all current and future buildings on the site and all the necessary utility upgrades to support the new facilities. This project will be required at a minimum to achieve LEED Silver Certification.

Minimum Construction Capabilities for this project include:

  • Demonstrated experience within the last 10 years providing new medical centers that include, but are not limited to, administrative, surgical, intensive care, pharmaceutical, nuclear medicine, specialty care, and radiological services. Previous team experience (i.e. JV, mentor/protégé, prime/sub) working together as a team with demonstrated successful experience delivering a building of the size, type and magnitude indicated for this project. Experience in Federal projects is preferred.
  • Experience with constructing radiation shielding.
  • Experience with surveying, designing and abating lead and asbestos material.
  • Experience with planning, developing and coordinating with the Owner a service-disruption plan, compliant with Joint Commission practices.
  • Experience with planning, developing and coordinating medical and lab equipment selection, layouts, workflows and utility support systems for architecturally significant equipment.
  • Experience with pure water (deionized or reverse osmosis treatments) systems and medical gas systems for installation and certification.
  • Experience with domestic water legionella mitigation controls during construction and operations.
  • Previous experience delivering LEED Silver facilities and familiarity with LEED reporting requirements, construction processes & practices necessary to obtain Certification.
  • Experience integrating construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings.
  • Experience with constructing multi-storied facilities within a seismic zone using a glazed curtain wall system on the building exterior façade.
  • Experience developing a traffic control plan and accident prevention plan with the Owner and coordinating pedestrian and vehicular access while construction is ongoing.

To aid in the Government’s Market Research and Industry Day, please respond to this notice with the following information. Please note that responding to the questions below is not a requirement to attend the planned Industry Day. However, we encourage you to RSVP if you intend to attend the Industry Day planned for 12 February 2025.  

  1. Does your company have experience in Medical Center projects? If so, please provide your experience in the last 10 years. Please include the project title, scope, location, customer, contract amount, award date, and completion date. Please provide no more than three (3) contracts.
  2. What are some best practices from your company’s perspective that will help the Government prepare for this procurement?
  3. Would you be interested in attending an online Teams forum to discuss this project’s procurement strategy at a later date? If so, provide two available time slots on or after 21 February 2025.
  4. Please provide an affirmative statement as to your firm’s ability to provide both payment and performance bonds in the reported magnitude of this acquisition. Magnitude of this project is expected to exceed $1,000,000,000.  If not, are you able to acquire bonding in excess of $1B through a JV?
  5. Please provide a narrative as to any other concerns your firm may have that might impact this project the Government should consider as part of this advertisement.
  6. What type of contracting vehicle / mechanism would you prefer to see? Firm Fixed Price? Fixed Price Incentive Firm? or Other?
  7. The Government is currently contemplating a 90-day advertisement period. Is this reasonable? If not, what would be considered reasonable?
  8. Does your firm have a cost accounting system that has been approved by the Defense Contract Audit Agency (DCAA) as being adequate for tracking costs?

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA

Primary Point of Contact

Secondary Point of Contact

History