Z2DA--Expand & Upgrade Building 42 for Laboratory, P/N 657-502

expired opportunity(Expired)
From: Federal Government(Federal)
36C25520Q0179

Basic Details

started - 10 Feb, 2020 (about 4 years ago)

Start Date

10 Feb, 2020 (about 4 years ago)
due - 21 Feb, 2020 (about 4 years ago)

Due Date

21 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25520Q0179

Identifier

36C25520Q0179
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103321)VETERANS AFFAIRS, DEPARTMENT OF (103321)255-NETWORK CONTRACT OFFICE 15 (36C255) (3720)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for information (RFI) 36C25520Q0179, Title of Project: Expand and Upgrade Building 42 for Laboratory, Project #657-502. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is for information and planning purposes only and shall not be construed as a solicitation announcement nor a request for proposals or quotes and does not obligate the Department of Veterans Affairs (VA) to award a contract. Responses will not be considered as proposals nor will any award be made to any parties responding to the sources sought announcement. The purpose of this Sources Sought Announcement is to conduct market research to locate interested, experienced and potential qualified constructions firms capable of completing this project. Firm must identify their socio-economic status for NAICS Code 236220, Commercial and Institutional Building Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $39.5
million. GENERAL SCOPE OF WORK: GENERAL CONSTRUCTION: Work includes general construction, alterations, roads, walks, grading drainage, necessary removal of existing structures and construction and certain other items. Contractor shall completely prepare the site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for expanding and upgrading Building 42 for Laboratory Addition, VA Project 657-502 as required by the drawings and specifications. This project is a laboratory addition to the existing Building 42 on the ground floor of the Marion VA Medical Center. The footprint of the addition is designed to avoid conflict with an existing steam tunnel to the south, existing emergency power feeder at the southeast corner and exiting electrical and signal vaults at the west. The addition is a three-story building approximately with 10,500 SF of ground floor functional space with a floor to floor height of 17 -2 1⁄2 . The 1st floor is 8,500 SF interstitial space for mechanical use only with a floor to floor height of 18 -7 1⁄2 . The basement floor is unfinished except for the tunnels on the north and west perimeter. The north tunnel replaces the previous tunnel that connects the CLC building to building 42. The west side of the basement is a ramped corridor to connect the north tunnel down to the basement. The southwest exterior entrance is through a 2-hour rated stair/elevator shaft at the landing level between the basement floor and the ground floor. The function of the south side of the ground floor addition is medical lab space. The south half of the building is separated from the north half with a 1-hour smoke barrier. The north side of the building includes a phlebotomy lab with waiting to the west and administrative offices to the east. The west side of the ground floor is a connecting corridor between the new south exterior entrance and the end of the existing corridor in Building 42. Interior renovations are limited to material transitions at corridors on the Ground floor and Basement Floor tunnel from new to existing construction. The existing laboratory department and phlebotomy clinic will remain in operation for the duration of the Lab addition construction. Demolition is to include removing structures that currently occupy the planned footprint of this building including the existing tunnel, exterior stair and rails and landscaping retaining walls. Existing EIFS is to be removed where the new addition is to abut existing building. The existing entry will serve as the connection point between the new addition and the existing corridor. The existing exterior doors and overhang will be removed to allow for new construction. Hazardous material abatement includes limited mold in the existing EIFS at some areas of the project. The building is a fully sprinklered, type IIA with a primary occupancy classification of I2, institutional. The total occupancy of the addition is 175. Except for the stair tower, the exterior shell is light gauge 6" metal studs with 2" EIFS to match existing. The stair tower is comprised of load bearing CMU. The south and east side of the ground floor will have a 12'-2" Aluminum frame curtain wall with insulated glass rated for blast resistance. The building is supported with a steel frame. The roof level will be supported with steel beams and composite deck of concrete on metal deck to allow for a future 2nd floor. The steel frame structure has been designed to support a fully occupied 2nd floor. Built up insulation and roof membrane are to be installed on the roof concrete and sloped to internal roof drains. Functions of the main lab include Histology, Acid Base, Microbiology, Microbiology Support, Blood Bank and Main Lab with (chemistry, hematology and urinalysis equipment). Specific The medical lab includes medical grade metal cabinets with phenolic counter tops and various laboratory equipment to support the lab's functions. Specific spaces also include offices, waiting, conference rooms, break room and various support spaces for phlebotomy services. An emergency exit is accessed through the main lab to an exterior stair at the east side of the building. The Mechanical work includes all new AHU located in the 1st floor interstitial space and new ductwork and diffusers to accommodate the new floor plan. New supply pressure independent variable air volume (VAV) terminal boxes with hot water reheat coils will be installed. The equipment and space conditions will be monitored with direct digital controls (DDC). The plumbing work includes 4 single user restrooms and sinks throughout the lab and phlebotomy. There is existing medium power/primary electrical feeder being relocated around the new building and new electrical manholes being added to accommodate the relocated feeders. The existing Emergency Power will remain. The location of the existing Emergency Power, Electrical Manholes and existing Steam Tunnel to remain is noted on the drawings. The new building addition is to be constructed very near these existing utilities so General Contractor shoring may need to be considered to protect the site. The Civil work includes the demolition of the existing asphalt roadway and base, existing curb and gutter, concrete sidewalks, existing retaining walls, existing landscaped areas and trees, existing light poles, and the existing stairs along the east and south west side of building 42. This project will also require the relocation of existing utilities to accommodate the building 42 addition, including the relocation of an existing sanitary sewer by direct boring under the existing pedestrian tunnel and new storm inlets and piping. The project will also include the construction of a new parking lot on the east side of the site along with adjacent sidewalks to allow for pedestrian travel around the parking lot. The existing NHCU Drive will be relocated to the east and incorporated into the new parking lot. The site work will also include grass seeding of all disturbed areas that are not to be paved or building areas. Erosion and sediment control will also be provided as part of the project. The combined roadway profile will include 8 concrete pavement on 4 compacted aggregate base. The roadway and sidewalk design will be in accordance with the VA and all related accessibility (ABA/ABAAS) standard. END OF SCOPE OF WORK. The Government is not obligated, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the VA to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. If interested in this opportunity, please provide Capability Statement via email. The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 1 no more than 3 examples; 4) Offeror's CVE certification if a Veteran owned business; 5) Please provide Socio-economic status for NAICS code 236220, General Construction and provide percentage of self-performed labor your company can perform for this type of project; 6) Offeror's Joint Venture information if applicable - existing and potential; 7) Offeror's Bonding Capability in the form of a letter from Surety providing bonding level per contract and aggregate. 8) Letter from Insurance Company identifying Contractors Insurance Experience Modification Rate (EMR). Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Submittal Information: Responses shall indicate the RFI # 36C25520Q0179, Project #657-502, Title: Expand and Upgrade Building 42 for Laboratory. Please be advised that all submissions become Government property and will not be returned. All interested Offerors should submit information by e-mail to: maria.hoover@va.gov. All information submissions should be received no later than 2:00 pm CDT on Thursday, February 20, 2020. END OF RFI.

Marion VA Medical Center;2401 West Main St.;Marion, IL    62959  USALocation

Place Of Performance : Marion VA Medical Center;2401 West Main St.;Marion, IL

Country : United StatesState : IllinoisCity : Marion

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2DAREPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES