Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOLICITATION NOTICE

Z -- Replace MRI 1.5T

Notice Date
11/18/2025 12:59:30 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626B0001
 
Response Due
1/6/2026 8:00:00 AM
 
Archive Date
04/15/2026
 
Point of Contact
Michael R Proctor, Contract Specialist
 
E-Mail Address
Michael.Proctor2@va.gov
(Michael.Proctor2@va.gov)
 
Awardee
null
 
Description
Scope of Work SCOPE OF WORK Replace MRI 1.5T In Building 1 Project Number: 558-CSI-400 BACKGROUND The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The Magnetic Resonance Imagining (MRI) Section in F-Wing of Building #1 provides imagining services to Veterans. Room 2(FG184B) is approximately 486 square feet and houses a Phillips 1.5T MRI machine which has reached its useful life and is being replaced. Additionally, the Radio Frequency (RI) test reports drive the replacement of shielding in room 2. The intent of this project is to fix the below deficiencies after the current MRI is removed and prior to the installation of the new 1.5T MRI machine while simultaneously ensuring efficient/safe services for the Medical Center. This project will fix the following deficiencies: RF shielding to include testing. Fire Sprinkler heads and piping system. HVAC Supply and return air diffusers. Power and data outlets. SCOPE OF WORK Location of Work: Location of work is on the Southwest side of Building 1 known as F-Wing. Access for project 558-CSI-400, Replace MRI 1.5T in Building 1 at Durham VA Health Care System, Durham, NC is gained via the loading dock, mechanical room, or double doors on the Southwest side of Building 1. The double doors on the Southwest side of Building 1 serve as a primary entry and exit for MRI, Gastroenterology, and Eye Clinic staff and patients. Currently, the loading dock area is occupied by HICAPS, so there is a chance for concurrent staging. The access road on the Southwest side of Building 1 leading to the loading docks can be extremely congested during deliveries and when patients and/or staff are entering/existing Garages A&B. Therefore, Contractor deliveries will be phased to minimize disruption to medical center operations. Scope: Provide professional construction services prior to removal of current 1.5T MRI from Room 2 (FG184B) and professional construction services in preparing Room 2 (FG184B) as shown in the drawings and specifications prior to installing a new 1.5T MRI. Additional considerations are as follows: Install a barrier to separate Room 2 (FG184B) from Room 1(FG184A) but does not impede services provided by Room 1 (FG184A). Barriers must conform to Infectious Control Risk Assessment (ICRA) requirements to protect patients and staff from construction efforts. Install a barrier in the maintenance room behind Room 2(FG184B), separating it from Room 1(FG184A) but does not hinder maintenance on operational MRI machine. Remove/reposition utilities and/or equipment directly behind Room 2 (FG184B) to ensure a clear path in removing the current MRI 1.5T. Other than Construction support, Contractor will not be involved with the removal and installation of MRI Machines. Lastly, remove Exterior Insulation and Finish System (EIFS) leading to the loading dock and install a temporary weatherproof wall to remove the current MRI 1.5T and install a new MRI 1.5T. Demolition and New Construction involving loud noises and/or vibrations must work around scheduled scans. Architectural-demolish existing finishes, including tile flooring, sub-floor, acoustic tile ceiling (ATC) and track, RFI shielding and casework. Provide new finishes in accordance with VA Imagining Services Guide for space type C111-Class 1 MRI Scanning Room and in conjunction with the Durham VA Interior Design team and Imagining Staff. New ACT ceiling will be installed at 9 0 Above Finish Floor (AFF). Watson Engineering, PC has CPS and will consult with DVAMC Contracted Physicist to determine the appropriate amount of RFI Shielding for the walls, floors, ceilings, doors, and viewing window. Replace the exterior EIFS in kind and color match. Mechanical-limited demolition of the supply and return diffusers in the ceiling and mini-split unit. New supply and return diffusers shall be provided to replace the existing ones to include testing, adjusting, and balancing. Mini-split unit(s) removed during demolition will be reinstalled in previous location. Electrical/Telecommunications-demolish all power and data outlets, electrical connections for previous MRI machine to include conduit, circuit wiring, backboxes, pull boxes, etc., in Room 2(FG184B) for the entire circuits back to the panel. Install new power and data outlets in accordance with Imaging Services Design Guide for space type CI111 Class 1 MRI Scanning Room. Install new LED lighting rated for MRI environments in accordance with VA Design Manual for a Diagnostic Imaging Room. Plumbing-no anticipated demolition of plumbing. The existing oxygen and vacuum connections within the MRI Examination room may need minor adjustment to ensure they are flush with the new architectural walls, and new house connections will be provided to meet user preferences. Fire Protection-demolish six (6) ceiling mounted sprinkler heads and plastic PVC supply lines. Install new lines and flush mounted sprinkler heads to a 9 0 Above Finished Floor height. Refer to paragraph U. for Outage Requests . Vendors should refer to the Project Design Narrative provided by the A&E for additional details. Codes and Standards: This project will meet but is not limited to the following most recent codes and standards: All Federal and local codes including National Fire Protection Agency s (NFPA) 101, 92B, 92, 96, 72, 13, 241, and 90a National Electric Code (NEC). VA Numbered Standards for Construction: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide List PG-18-9 Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Standard PG-18-14 Room Finishes, Door, and Hardware Schedule Change Summary PG-18-17 Environmental Planning Guidance D-7545 Cultural Resource Management H-7545 Cultural Resource Management Procedures VA Imagining Services Design Guide, revised 08/01/23 Construction - Provide construction service as captured in project specification and as indicated below: Contractor shall provide an online submittal and RFI review and comment system at no additional cost to the VA. Submittal Exchange, PROCORE, or a platform of similar functionality which allows submittal review by the A&E (first reviewer) and Contracting Officers Representative (COR; second reviewer/approval), comment, and archiving is required. There shall be no additional cost for adding alternate VA reviewers upon request. VA review shall be no less than 10 working days. The first submittals required are Cost Loaded Schedule, Submittal Registry, Mobilization Plan, and an Accident Prevention Plan (APP) with Activity Hazard Analysis (AHA) for activities. Refer to VA Master Construction Specification 01-35-26 General Requirements. Pre-Construction Meeting: Contractor shall participate in and facilitate a Pre-Con in conjunction with the Contracting Officer, COR, A&E, and building stakeholders as needed. Pre-Con shall be scheduled upon acceptance of necessary submittals by the COR and CO. Submittal and Request for Information (RFI) Review and Logs. As-Built Drawing Submission: Provide As-built Drawings that include the contractor s mark-ups in PDF formats. Storage: No storage of any material will be allowed on VA property unless approved by the COR. Payment of stored materials is not permitted. Period of Performance: Contractor shall complete this project no later than 250 days after issue of notice to proceed (NTP). Hours of Operation and Phasing: Construction shall be performed during 2nd Shift, 4:00PM-12:00AM, Monday-Friday to avoid exposing patients to long durations of loud noise, or vibrations which may interrupt a scan. Coordinate with the COR at least two weeks in advance of any schedule changes. Contractor shall phase construction according to the Designs to allow for continued Services during Period of Performance. Utility and System or Service Outages: No utility services such as water, gas, steam sewers or electricity, parking, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de-energized in accordance with VA Lock-out Tag-out requirements. The contractor shall submit a request to interrupt any such services to COR, in writing, 28 days in advance of the proposed interruption. Safety and Regulations: Contractor shall comply with Durham VA Safety and location specific Infection Control requirements. Contractor shall maintain control of all tools and parts. Work will take place in and around an occupied healthcare facility, operating 24 hours a day and as a result, requires appropriate personal protective equipment, safety barriers and proper infection control measures to protect workers, Staff, and patients. Contractor will meet all OSHA standards for Employee safety. The contractor shall be allotted two contractor parking passes for onsite parking. General Requirements The contractor s employees may be subject to inspection of their personal effects when entering or leaving the project site. Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. Means of Egress: Do not block exits for occupied buildings, including paths from exits to roads per NFPA 101 and VA requirements. Minimize disruptions and coordinate with COR. All buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. Competent, experienced, licensed, or certified workers shall perform crafts requiring specialized skills. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to all applicable requirements of American Society of Heating, Refrigeration and Air-Conditioning Engineers, NFPA, plumbing and mechanical codes, and National Electrical Code. No departures from specification requirements will be permitted without written approval. The contractor shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to Occupational Safety Health Administration, National Electrical Manufacturers Association, Architectural Barries Act and American National Safety Institute Standards and conform to the Standard Building Code and the Standard Mechanical Code. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Services at least 48 hours in advance. New work shall be installed and connected to existing work neatly, safely and professionally. Contractor to coordinate periodic VA inspection to ensure satisfactory workmanship of General Contractor and Subcontractors. Any portion of the Veteran Administration Medical Center that is disturbed or damaged shall be replaced or repaired to its prior conditions. The contractor is required to notify the COR upon arrival and departure of personnel at the work site every day work is performed during the execution of this project. END OF SCOPE OF WORK
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ff59f66fcd56499dbc37efc9d6cf19ac/view)
 
Record
SN07644909-F 20251120/251118230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.