SOURCES SOUGHT
Z -- 36C25523R0072 Relocate Physical Medicine & Rehab to the 4th Floor PN: 589A4-22-100
- Notice Date
- 2/17/2023 1:42:39 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523R0072
- Response Due
- 3/3/2023 12:00:00 PM
- Archive Date
- 06/01/2023
- Point of Contact
- Jeanette Mathena, Contracting Officer, Phone: 913-946-1129
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE 36C25523R0072, Relocate Physical Medicine and Rehabilitation to the 4th Floor, 589A4-22-100 This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential construction firms capable of completing this project. This Sources Sought Notice is issued for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise to issue a solicitation or ultimately award a contract. An Award will not be made on information received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing a Best Value type RFP. Firms must identify their socio-economic status for NAICS code 236220, General Construction. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $39.5 million. Contractor must be a Service-Disabled Veteran Owned General Construction Contractor. The GENERAL SCOPE OF WORK: This project is to Relocate Physical Medicine Rehabilitation to the 4th floor of Building 1 at Harry S. Truman Memorial Veterans Hospital in Columbia, MO. The 4th floor area vacated by the inpatient medical ward, approximately 17,300 SF, will be renovated for relocation of Occupational Therapy, Physical Therapy, and Prosthetics services currently located on the 2nd floor. This project will have a direct connection to the adjacent, recently designed Pain Management and Rehabilitation department, also located on 4th floor. The project makes use of the following reference guides and space planning criteria: Polytrauma Rehabilitations Center Design Guide Spinal Cord Injury Design Guide Physical Medicine and Rehabilitation Space Planning Polytrauma Rehabilitation Space Planning Spinal Cord Injury Space Planning Prosthetics Space Planning Facilities Guideline Institute NFPA 101 Life Safety Code All other referenced VA manuals, Equipment and Finishes Spreadsheets This renovation will include full demolition of all existing finishes, gypsum walls down to the exterior studs; removal of all plumbing fixtures and distribution lines; demolition of HVAC distribution back to building vertical chases; demolition of all lighting and power outlets and distribution systems on the floor; and removal of technology systems back to nearest technology closet. New construction will include new walls, doors, finishes and casework; new HVAC upgrades and distribution; electrical power upgrades and distribution; and technology systems revisions. Finish selections will extend and coordinate with finishes of the adjacent Pain Management and Rehabilitation department to provide a cohesive aesthetic, while adhering to facility and VA standards and guidelines for suitability, maintenance and performance requirements. Coordination and provisions for relocated existing and VA-furnished new equipment will be based on survey of existing equipment and product data received for any new equipment. The designed floor plan was developed through existing space audits by the design team with guidance from the Space Planning Criteria data provided on the VA Technical Information Library website. Review meetings were held with the Contracting Officer Representative and Integrated Project Team to fine tune the design and finalize the construction documents. Program elements and design features include: Services to be shared by the entire floor include an expanded clinic check-in, waiting, public restrooms, staff lounge and toilet, and two group clinic rooms separated by a folding partition. Direct access from main elevators to clinic check-in, waiting, and prosthetics check-in, waiting, and stock room. Prosthetics stock room with direct access from the freight elevator lobby. Prosthetics fitting/exam rooms. Prosthetics Lab including clean, fume/lamination, plaster, dust, and maintenance spaces separated from the rest of the floor by utilizing ante room and highly sound insulated walls. Prosthetics purchasing agent and rep open office. Shared PT/OT provider swamp. Shared PT/OT therapy gym with equipment, 150-foot gait track, driving training station, and dedicated PT/OT storage. PT/OT exam/treatment rooms, one directly accessible off the Therapy Gym. Occupational training room with training bathroom. Pelvic floor exam rooms with proximity to a patient toilet. Chiropractic exam/offices. Acupuncture exam/offices. Support spaces include administrative offices, wheelchair storage/shop, clean linen, clean supply room, housekeeping, and an existing electrical room. The overall design intent is to turn the 4th floor into a fully functional and cohesive physical medicine rehabilitation ward for the hospital. Wayfinding, patient safety, staff efficiency, flexibility of space for multi-use, and maximizing the utilization of existing infrastructure were among the most important goals of this renovation project. In addition, appropriate planning and life safety considerations were put in place for a guaranteed future flexibility and adaptability of the floor. Construction phasing was an integral part of the design and must be carried out carefully during the entire length of construction in an effort to keep the entire hospital fully functional specially the recently designed Pain Management and Rehabilitation department on this floor. This requires close coordination between different stakeholders and working after hours and on weekends as graphically shown on phasing sheet. The project cost range is between $1,000,000.00 and $5,000,000.00 The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction), with a small business size standard $39.5 million. If interested in this opportunity, please provide via email a Capability Statement: 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 SAM EUI 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 must provide CVE certification - Service-Disabled Veteran owned business. 5) 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). The Response Due Date for this Sources Sought Notice is March 3, 2023 by 2:00 PM CT. Respondents will e-mail your response information to Jeanette Mathena to the following email address: Jeanette.mathena@va.gov. E-mail title must identify Sources Sought 36C25523R0072 Relocate Physical Medicine & Rehabilitation to the 4th Floor. Respondents will not be notified of the results of analysis. The point of contact for submission of Capabilities Statement and questions is: Jeanette Mathena Contracting Officer Email: jeanette.mathena@va.gov NCO 15 Contracting Office Leavenworth, Kansas 66048
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ca34475da8e4fbcb94e24dcba8336ba/view)
- Place of Performance
- Address: Harry S Truman VA Medical Center 800 Hospital Drive, Columbia, MO 65201, USA
- Zip Code: 65201
- Country: USA
- Record
- SN06595566-F 20230219/230217230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |