Washington, DC Bids > Bid Detail

Z2DA-- Relocate Physical Medicine and Rehabilitation to the 4th Floor PN: 589A4-22-100

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159752107746201
Posted Date: Mar 8, 2023
Due Date: Apr 28, 2023
Solicitation No: 36C25523R0072
Source: https://sam.gov/opp/a062e3d697...
Follow
Z2DA-- Relocate Physical Medicine and Rehabilitation to the 4th Floor PN: 589A4-22-100
Active
Contract Opportunity
Notice ID
36C25523R0072
Related Notice
36C25523R0072
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2023 02:41 pm CST
  • Original Response Date: Apr 28, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • 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 , 65201
    USA
Description
THIS IS A PRESOLICITATION NOTICE ONLY

PRESOLICITATION NOTICE- Relocate Physical Medicine & Rehabilitation
Project Number 589A4-22-100

Scope of work:
The General Description:
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 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 $39.5 million. The duration of the project will be 365 calendar days from Notice to Proceed to include contract closeout.
This completion period includes submittals, all construction work, close-out documents, final inspection and cleanup of the premises and completion of as-built drawings. 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
March 22,2023, and the proposal due date will be on or about April 28, 2023. 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 ensure that the subject line reads " Relocate Physical Medicine & Rehabilitation
Project Number 589A4-22-100 , Solicitation Number: 36C25523R0072
Attachments/Links
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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >