Skip to main content

An official website of the United States government

You have 2 new alerts

Z2DA--589A4-23-051 RENOVATE ENVIRONMENTAL MANAGEMENT AREA

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: Presolicitation (Updated)
  • Updated Published Date: Jul 02, 2024 12:49 pm CDT
  • Original Published Date: Jul 02, 2024 12:35 pm CDT
  • Updated Response Date: Aug 14, 2024 02:00 pm CDT
  • Original Response Date: Aug 14, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 13, 2024
  • Original Inactive Date: Oct 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Harry S Truman VAMC Columbia , MO
    USA

Description

THIS IS A PRESOLICITATION NOTICE ONLY PRESOLICITATION NOTICE- Renovation of the Environmental Management Area Project Number 589A4-23-051 Scope of work: The General Description: This project is to Renovation of the Environmental Management Area at Harry S. Truman Memorial Veterans Hospital in Columbia, MO. The renovation of the Environmental Management Services (EMS) area is to create an efficient and economical floor plan with optimal workflow and is comprised of approximately 6,700 square feet of existing space, at the Harry S. Truman Memorial Veterans Hospital in Columbia, MO. Work will entail the full renovation of the space including walls, doors, ceiling, finishes, mechanical, electrical, plumbing and fire protection. As EMS services will need to continue throughout the construction process, the work has been broken into 3 phases to minimize the disturbance to staff and services. Proposed phases are as follows: The First Phase will start in the linens department as it is also the location of the AHU that is to remain. The storage of the linens (outside of the uniforms on the conveyor rack) will need to be temporarily relocated to on-site trailers and/or other floors within the hospital. Administration staff will need to be relocated from the space in the first phase as their current office access would be blocked during the Phase One demolition and construction. Phase One will also include the creation of Room D002B so as to protect existing panels currently located in the area. After completion of Phase One, the linens space could be used for most receiving and storage. Only cart storage would be impacted as Phase Two is undertaken. During Phase Two, the administrative staff would need to remain remote, and part of the equipment storage would need to be vacated. Phase Two would include the construction of the new offices and conference/training space. After completion of Phase Two, administration would be able to move back to the space, all areas of the linen s operation would be available and the final stage for the EMS logistics areas would begin. During this final Phase Three, all equipment would need to be relocated to outside trailers and closets on other floors of the hospital while the space is reconfigured. Construction work for the different disciplines is as follows: Architecturally, the work will require the removal and replacement of most existing finishes, the leveling of the existing concrete floors to receive new floor finishes, and the installation of new ceilings into the reconfigured spaces. A new high density storage system will also be incorporated for the storage of linens. The primary objective for the mechanical contractor involves removing existing supply and return ceiling devices and installing new 24"x24 units in all new ACT ceilings, installing VAV box terminal units, zoning rooms based on function, and providing new ductwork to support the updated layout. The existing building has HVAC equipment of various ages and conditions. Existing equipment will be evaluated and reused as much as possible. With electrical, no new primary boards are anticipated to be installed as part of this project. Instead, existing panelboards will be utilized as spare circuits as they are made available during demolition. Plumbing work is limited in scope to the removal of some existing equipment and lines, replacement of existing toilet room fixtures and the addition of a new cart wash station. All renovated spaces are to be provided with new sprinkler heads in place of the existing sprinkler heads. Branch piping will be altered as required to service new sprinkler head locations. Hydraulic calculations are to be performed by the sprinkler contractor. The Estimated range to complete this work is $2,000,000.00 to $5,000,000.00. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction Contractors), with a small business size standard of $45.0 million. The duration of the project will be 274 calendar days from Notice to Proceed to include contract closeout. This completion period includes submittals, all construction work, final inspection, cleanup of the premises and completion of as-built drawings and close-out documents. Award will be made utilizing the Lowest Price Technical Acceptable (LPTA) Best Value type. Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. Offerors are responsible to monitor and download all Solicitation documents, Specifications, Drawings from the Sam contract opportunities website: https://sam.gov/content/opportunities and any amendments that may be issued for this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, SBA Veteran Small Business Certification (VetCert) Registration, prospective contractors must be registered in SAM and in the SBA Vetcert databases under the applicable NAICS. Firms may obtain SAM information at https://sam.gov/content/home and SBA VetCert https://veterans.certifysba.gov. The solicitation package and drawings should be available for download on or about. July 15, 2024, and the proposal due date will be on or about August 14, 2024. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone questions will NOT be accepted. Please email questions to Jeanette.Mathena@va.gov and or james.petrik@va.gov and ensure that the subject line reads, "Renovation of the Environmental Management Area. Project Number 589A4-23-051, Solicitation Number: 36C25524R0104

Contact Information

Contracting Office Address

  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA

Primary Point of Contact

Secondary Point of Contact

History