Similar Projects
Y1da--D/B Extended Mammography Addition
Addition
Design
$100,000 to $250,000 est. value
FL 32827

Randal Park Medical Campus Phase 2
New Construction - 441,885 SF
Design
$50,700,000 est. value
Orlando, FL 32832

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

AWARDED - SH220.1200-2C220.1200 - Expand Emergency Department
Renovation
Post-Bid
$3,537,645 CJ est. value
Orlando, FL 32827

AWARDED - SH220.1200-2C220.1200 - Expand Emergency Department
Renovation
Post-Bid
$3,537,645 CJ est. value
Orlando, FL 32827

Design-Build and Design-Bid-Build Indefinite-Delivery/Indefinite Quantity Multiple Award Construction Contract for Jacksonville/Mayport/Orlando Areas N69450-20-R-0012
New Construction, Renovation, Demolition
Results
$150,000 to $99,000,000 est. value
Jacksonville, Mayport, Orlando, FL

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

AdventHealth Winter Garden Tower Addition
Addition - 300,000 SF
Construction
$10,000,000 CJ est. value
Winter Garden, FL 34787

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

AdventHealth Millenia
New Construction, Infrastructure - 339,500 SF
Pending Verification
$197,000,000 CJ est. value
Orlando, FL 32811

Hospital Area Pool
Renovation, Addition
Pending Verification
$300,000 est. value
Apopka, FL

RFP D/B - Address Lake Nona Central Energy Plant (CEP) Deficiencies
Renovation
Design
$5,000,000 CJ est. value
Orlando, FL 32827

RFQ D/B - Installation and Site Prep Medical Waste System
Renovation, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Orlando, FL 32827

Z2DB--PROJ: 675-CSI-123, DB Lake Baldwin MRI Replacement Site Prep
Renovation - 2,200 SF
Results
$500,000 to $1,000,000 est. value
Orlando, FL 32803

Last Updated 02/24/2023 10:59 AM
Project Title

RFQ Contractor - BB Buildout Emergency Management Site at Lakemont

Physical Address View project details and contacts
City, State (County) Orlando, FL 32814   (Orange County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected March 2024
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

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. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 08, located at 13800 Veterans Way, Orlando, FL 32827 (Lakemont Campus) is looking for certified, Service Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), Small Businesses (SBs), or Large Businesses (LBs) for the following: This project is a Bid-Build (BB) and requires construction/renovation of the old mailroom area located on the first floor of the Orlando Veterans Affairs Healthcare System (OVAHCS) Lakemont Campus, 2500 S. Lakemont Ave. Orlando FL 32814. The Emergency Management service will be relocated to the space. The project shall include repair of an existing leak in the ceiling. The contractor shall perform repair of the building joint to eliminate water intrusion affecting the project site. The contractor shall remove and replace approximately 35 feet of flashing and caulking at the building expansion joint, to eliminate water penetration into the project space. Additional project requirements include full demolition, renovation, improvement or replacement of the Heating Ventilation and Air conditioning (HVAC) system, fire protection system modifications, power and Office of Information and Technology (OI&T) infrastructure improvements, new flooring, new drop down ceiling (ceiling tiles, grid and light fixtures), new drywall partitions, refinishing of all wall surface areas in the space, new doors/frames, wall insulation/sound proofing, new lay-in ceilings, lighting, closed circuit television (CCTV), plumbing upgrades, painting, and signage. All construction/renovation work shall be completed in accordance with the project's design drawings and specifications prepared by the A&E Contractor Firm. The project shall result in a certified Secure Facilities/Sensitive Compartmented Information Facility (SCIF). Refer to attachment one (1) to the sources sought notice for the draft Statement of Work (SOW). The North America Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction. The product Service Code (PCS) is Y1DZ, Construction of Other Hospital Buildings. The Business Size Standard is $45.0 million. SDVOSB or VOSB must be certified and verified in the U.S. Department of Veteran Affairs, Veterans Small Business Certification (VetCert) web site located at https://veterans.certify.sba.gov/. Contractor shall also be verified for eligibility in the Representations and Certifications at the Entity Information data base at https://sam.gov/. Interested and capable Contractors should respond to this notice no later than Thursday, March 2, 2023, 1:00 PM EST by providing the following, via email only to Shaundrica Close, Contracting Officer, at Shaundrica.Close@va.gov. (a) company name (b) address (c) point of contact (d) phone and email of primary point of contact (e) Unique Entity Identifier (UEI) number (f) Type of small business, if applicable, (e.g. Service Disabled Veteran Owned Small Business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization's qualifications and ability to perform as a contractor specifically for the work described in the draft SOW. Contractor's shall demonstrate the ability to provide the required service, have previous experience similar in scope and magnitude to construct a facility in accordance with the draft SOW and meet SCIF requirements. In accordance with Federal Acquisition Regulation (FAR) 36.206, the magnitude of construction for this project is between $500,000.00 to $1,000,000.00. Respondents shall provide specific examples (e.g. contract number, point of contact information) of experience providing the services detailed in the draft SOW. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in the System for Award Management (SAM) database. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." The method of contractor selection has not been determined at this time. *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