SOLICITATION NOTICE
Z -- Renovate Primary Care 538-24-100 - Construction - VAMC Chillicothe
- Notice Date
- 3/12/2025 9:57:23 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025B0022
- Response Due
- 4/15/2025 8:00:00 AM
- Archive Date
- 07/23/2025
- Point of Contact
- Jeremy Nee, Contract Specialist
- E-Mail Address
-
jeremy.nee@va.gov
(jeremy.nee@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Renovate Primary Care THIS PROJECT IS SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Renovate Primary Care (Project 538-24-100) at the Chillicothe VA Medical Center, 17273 OH-104, Chillicothe, OH 45601. The contractor shall furnish all labor, materials and equipment necessary to complete new construction including, but is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and specifications. This project will renovate approximately 19,084 sf of the existing Primary Care Department and clinical addition shell space located on the 1st Floor of Building 31 to meet the requirements of the Patient Aligned Care Team (PACT) concept. Specific new work tasks include, but are not limited to the following. Complete renovation is a multiphase project to allow uninterrupted operation. Buildout of clinic addition shell space and existing Primary Care area to incorporate PACT concepts to include: On-Stage/Off-Stage corridors, co-located teamwork areas, PACT standard exam and consult rooms, new lobby and reception area, and all support and storage rooms to meet Primary Care needs. Improve existing security system to included upgrading Access Control and Cameras. Add redundant chillers to meet current HVAC design guidance. Install two elevators in existing shaft and install required machinery to support in an expanded elevator machine room to include our power and HVAC to support. The work shall include infection control, dust prevention, and noise and vibration control/reduction measures from construction work. The project shall also include phasing to accommodate the Medical Center s ongoing operations. All work shall be conducted in complete accordance with the project Statement of Work (SOW), specifications, and drawings (to be published in the Solicitation, if issued). Infection Control Risk Assessment (ICRA) requirements; Type D Construction project, Patient Risk Group as Low Risk, ICRA Class III. Pre-Construction Risk Assessment (PCRA) requirements; Large-scale construction control measure which include, among others, a Crane Lift Plan in Place . All work shall be closely coordinated with VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 910 calendar days from issuance of the Notice to Proceed. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities https://sam.gov/ on or about April 15, 2025, with bids due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at https://sam.gov/ so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the https://sam.gov/ website. SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://veterans.certify.sba.gov/, and https://sam.gov/, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $10,000,000.00 and $20,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73(d)(4), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 85% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: A hard copy of a Bid Bond shall be required with the bid. An electronic copy in form of Payment and Performance shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (Jeremy.Nee@Va.Gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at https://sam.gov/. Paper copies of the amendment(s) WILL NOT be individually mailed. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to Jeremy.Nee@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to Contract Opportunities https://sam.gov/. All emails pertaining to this project must identify the project and contain: 538-24-100 Renovate Primary Care in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/02bbb6b3dfca481b8b5c0bbe1590c880/view)
- Place of Performance
- Address: Chillicothe VA Medical Center 17273 OH-104, Chillicothe, OH 45601, USA
- Zip Code: 45601
- Country: USA
- Zip Code: 45601
- Record
- SN07369412-F 20250314/250312230041 (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 |