Similar Projects
HCA Florida Healthcare
New Construction - 209,595 SF
Conception
$10,000,000 CJ est. value
Gainesville, FL

Z1DA--NRM Tier 2 (PROJ: 573-CSI-104) BB - Renovate Radiology For Equipment Installation
Renovation
Design
$1,000,000 to $5,000,000 est. value
Gainesville, FL 32608

BB - Site Prep - Regulated Med Waste System
Renovation, Infrastructure
Design
$100,000 to $250,000 est. value
Gainesville, FL 32608

BB Renovate Stairwells
Renovation - 6,800 SF
Bidding
$5,000,000 CJ est. value
Gainesville, FL 32608

BB Renovate Stairwells
Renovation - 6,800 SF
Bidding
$5,000,000 CJ est. value
Gainesville, FL 32608

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Construction of an Equipment Concentration Site (ECS), Gainesville, Florida
New Construction - 238,286 SF
Results
$25,000,000 to $100,000,000 est. value
Gainesville, FL

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

Gainesville Hospital
New Construction, Infrastructure - 200,000 SF
Pending Verification
$68,000,000 CJ est. value
Gainesville, FL 32608

Tobias Veterinary Services
New Construction, Infrastructure - 9,125 SF
Pending Verification
$5,000,000 CJ est. value
Alachua, FL 32615

Upgrade Motor Control Centers
Renovation
Design
$1,000,000 CJ est. value
Gainesville, FL 32608

Y1AA--NRM Tier 2 (PROJ: 573-18-605) BB - Correct Patient Privacy Deficiencies
Renovation, Demolition
Post-Bid
$1,000,000 to $5,000,000 est. value
Gainesville, FL

Y1AZ--36C776-21-AP-3517 - Construct Administration Bldg. POD 1A (Minor) - Gainesville
New Construction - 26,000 SF
Results
$10,000,000 to $20,000,000 est. value
Gainesville, FL 32608

Last Updated 11/22/2022 11:36 PM
Project Title

RFP D/B - Renovate Room A180 for DEXA System

Physical Address View project details and contacts
City, State (County) Gainesville, FL 32608   (Alachua County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status No longer Accepting Requests, Construction start expected January 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Project Title: Renovate Room A180 for DEXA System Project Number: 573A4-CSI-135; Project Location: Lake City, VAMC IAW VAAR 36.204 the magnitude of construction VA project is: between $500,000.00 and $1,000,000.00 NAICS: 236220 - Commercial and Institutional Building Construction Service Code: Y1DA - Construction of Other Non-Building Facilities Project Description: This project will provide design build services to Renovate Room A180 for DEXA System. This solicitation will be evaluated on a Tradeoff basis. As stated elsewhere in this solicitation, this procurement is a Two-Phase Design-Build IAW FAR 36.3. One solicitation will be issued covering both phases. In Phase One proposals will be evaluated to determine which offerors will submit proposals for Phase Two. Block 13a, refers to Phase One proposals. THIS ACQUISITION IS SET-ASIDE 100% FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) ONLY, UNDER THE AUTHORITY OF 38 U.S.C. PART 74. ANY PERSON(S) OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTATION FOR THE PURPOSE OF THE SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST THE UNITED STATES GOVERNMENT. Offerors must be registered in SAM (www.sam.gov) and VISIBLE/CERTIFIED in VetBiz (www.vetbiz.gov) at the time of offer submission and prior to award to be considered an eligible SDVOSB concern. The Lake City, VAMC is a smoke free facility. Refer to solicitation instructions for Phase One cutoff date for submission of Requests for Information (RFIs), or Questions (if any). No Site Visit will be conducted during Phase One of this solicitation. All Offerors must comply with all solicitation terms and conditions. Please refer to solicitation 36C24823R0026 package for further requirements. It shall be known that funds are not currently available. No contract award will be made until appropriated funds are made available offerors should complete certification listed in VAAR clause 852.219-77 on page 55. 13. FUNDS: Funds are not presently available for this acquisition. The Government does not compensate offerors for proposals' development. Award is subject to availability of funds, in accordance with FAR 52.232-18 Availability of Funds and VAAR 807-173. 14. BONDS: Performance Bonds (SF25) and Payment Bonds (SF25A) are required. Offeror must refer to SF1442 Block 12a for Payment and Performance Bond requirements. Reference Contract Clause FAR 52.228-15 for further information on applicability. 15. OFFER GUARANTEE (BID BOND) (SUBMIT WITH YOUR PHASE TWO PRICE PROPOSAL): Offeror must refer to SF1442 Block 13B (Bid Bond) requirement. Per FAR Clause 52.228-1-Bid Guarantee, the amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less. NOTE: A legible electronic copy of the original is acceptable; offerors invited to Phase Two are required to submit bid bonds. The bid bond will be submitted with Phase Two Price Proposal in a separate PDF document (do not combine/save with other documents) and shall be named "BID BOND - OFFEROR COMPANY NAME". 16. SAFETY AND ENVIRONMENTAL RECORD (SUBMIT WITH PHASE ONE PROPOSAL): Offerors shall submit information that specifies the contractor in question has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or any Environmental Protection Agency (EPA) violation(s) in the past three (3) years and has an Experience Modification Rate (EMR) should not exceed 1.0. If no EMR, state the reason way no EMR is available. EMR greater than 1.0 will not be acceptable. Offerors are required to complete and submit attached (Attachment 06 - Safety or Environmental Violations and Experience Modification Rate EMR Form) Past safety and environmental record or any other form that provided the above information. Offerors with an EMR greater than 1.0 will be considered ineligible and will not be evaluated. 17. VETS-4212, Federal Contractor Veterans' Employment Report (SUBMIT WITH PHASE ONE PROPOSAL): Offerors are required to provide verification of their submission of the annual form VETS-4212 (https://www.dol.gov/agencies/vets/programs/vets4212). This verification shall be the emailed confirmation of receipt notification sent to the offeror after successful submission of their report. 18. PERFORMANCE PERIOD: Refer to SF1442, Block 11, for performance period. Performance period shall be commenced upon receipt of written Notice to Proceed (NTP) performed in concurrent or sequential phases as indicated or required. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents