Similar Projects
(ICE-HSI) Backfill Project
New Construction, Renovation, Build-Out - 147,000 SF
Design
$55,000,000 to $65,000,000 est. value
New York, NY

New York Blood Center - Center East Development
Demolition, New Construction, Infrastructure - 527,000 SF
Design
$750,000,000 CJ est. value
New York, NY 10065

C35327 Design-build Services for the Rockaway Line Resiliency and Rehabilitation
Infrastructure
Bidding
$100,000,000 CJ est. value
New York, NY 10007

RFQ D/B - 10 West Outpatient Specialty Clinic at the VAMC Manhattan
Term Contract, Renovation, Infrastructure - 16,500 SF
Bidding
$2,000,000,000 CJ est. value
New York, NY 10010

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

Fire Hydrant
Infrastructure
Results
New York, NY

Rehabilitate Lexington State Armory A/E Services
Renovation
Results
Less than $126,000,000 est. value
New York, NY 10010

Medical Facility/ Manhattan
New Construction, Infrastructure - 14,961 SF
Pending Verification
$9,000,000 CJ est. value
New York, NY 10022

Riverside Park Stormwater Drainage Systems Development - City of New York
Infrastructure
Pending Verification
$11,500,000 CJ est. value
New York, NY 10007

New York Blood Center - Center East Development
Demolition, New Construction, Infrastructure - 527,000 SF
Design
$750,000,000 CJ est. value
New York, NY 10065

Supportive Crisis Stabilization Center
Renovation
Bidding
$1,250,000 est. value
New York, NY

Repair, Replacement and Relocation of Fire Standpipe
Term Contract, Infrastructure
Post-Bid
New York, NY

HS 495M Backflow Prevention
Infrastructure
Results
$250,001 to $500,000 est. value
New York, NY 10029

Metropolitan Hospital Center Emergency Power Type I Distribution System
Renovation
Bidding
$8,000,000 CJ est. value
New York, NY 10029

Reported 09/30/2022 12:00 AM
Project Title

RFQ - Manhattan Balance of Work VAMC Manhattan NY

Physical Address View project details and contacts
City, State (County) New York, NY 10010   (New York County)
Category(s) Government/Public, Medical, Sewer and Water
Sub-Category(s) Hospital, Military Facility, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications,
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Prospective Contractors: This is a follow up Sources Sought Notice for a Design-Bid-Build Construction Contract to construct the Manhattan Hurricane Sandy Recovery Program Balance of Work at the VAMC Manhattan Campus, NY. All interested parties are encouraged to submit their capabilities packages. Project Description: VA has a requirement to construct the Manhattan VAMC, Hurricane Sandy Recovery Program Balance of Work at the VAMC Manhattan Campus of the VA NY Healthcare System as summarized herein and further defined in the future bid documents and General Requirements. All work is located on the campus of the fully operational Manhattan VA Medical Center at 423 E. 23rd Street, Manhattan, NY. The approximate period of performance is 5 years. The General Scope of Work (SOW) includes, but is not limited to, providing all labor, materials, and equipment for the following tasks per Construction Documents (CDs): a. Relocate all essential electrical equipment and systems prone to damage by flooding on the ground floor of Buildings 1, 2, 3 and 6 to the first floor to include interrupter switches, transformers, switchgear, and distribution branch circuit panel boards. b. Construct new elevated steel-frame generator platform with enclosure built on auger-cast piles to meet VA Physical Security Design Manual. Procure and install new generators and associated underground fuel tanks c. Construct steel frame electrical distribution substation vault for Building 1 on structural concrete mat slab and pile caps on existing structural pilings. d. Construct and complete electrical rooms on the first floor of Buildings 1 and 6. e. Complete electrical cutovers and tie-ins from existing building distribution system to new equipment in Substation 6 f. Make new electrical cutovers and tie-ins to new Substation 1 and generator platform equipment. g. Complete final renovations to ground floor to include updates to warehouse and loading dock, creation of office space, locker room and restroom facilities, egress corridor and updates of life-safety systems. h. Replace third floor kitchen walk-in refrigerators and freezers. i. Mitigate Asbestos Containing Material (ACM) and HazMat in interior and exterior construction areas. Remove contaminated soils and dewater and treated contaminated groundwater. j. Construct new in-ground lift-type security vehicle barrier. k. Install Variable Refrigerant Flow (VRF) HVAC system on the Ground Floor of Building 2 l. Add wet fire suppression protection system on the first and second floors of Building 2 m. Remove non-compliant door entering directly into a Stair from room 124A in Building 2. Stair #2 n. Complete installation of HVAC system at Telecom rooms TR-C, TR-D and TR-E. o. Build-out staff Locker Rooms, Break Room and Break Room Unisex Toilets within space of the existing switchgear room G502 p. Remove existing domestic water pumps in Room G0175S and install raised triplex pump skid. q. Build out new public Women's Toilet Room at the existing electrical / former fire command center room G383/0275N. r. Build out new Mechanical rooms in the Building Support and future Sim Lab and install HVAC systems for the Pharmacy Cache G951, Building Support G953, and shell space for the Future Sim Center G614 and Future Conference Center G613. s. Complete work at the under-side of Stair 1-1 to restrict VAMC's non-code compliant storage under an egress stair and install a 2-hour rated horizontal partition assembly to isolate the remaining systems that could not be relocated. t. Modify the existing GF2B area to correct life safety issues. These include the following: i. Corridor G113 unlevel landing / tripping hazard at egress door from Stair 121W. ii. Corridor G113 wire mesh partition installation to prevent access to fall hazard at the air intake "well" to Mechanical Room G500A. iii. Stair 1121W door swing with the "revised" direction of exit access. iv. Stair 1121W partition demolition to remove an existing reduction in egress width violation. v. Shaft 715; replacement / installation of a rated door and associated hardware. u. Perform existing MRI electrical cut-over to Vault 6 Substation v. Provide electrical cutovers and relocate equipment for existing Hybrid OR. All construction work to be done according to approved Phasing Plan. Work activities will require off-hour working schedules including evenings and weekends based on hospital operations. Sources Sought Notice The project is anticipated to be a duration or 5 years from the Notice to Proceed. The project Magnitude is between $50,000,000.00 and $100,000,000.00. The North American Industry Classification System (NAICS) 236220, $36.5M (Commercial and Institutional Building Construction). This source sought notice is for market research purposes in accordance with federal Acquisition Regulation (FAR) Part 10 and is to canvass all firms interested in proposing on this requirement. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this source sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought. Firms interested in submitting their capabilities for this project must include the following information in the cover letter /introduction: (1) Company name, address, point of contact with phone number and e-mail address; (2) Business size determination, and qualifying small business status/certification of Small Business (3) Bonding capacity (from surety). If submitting as a Joint Venture (JV), all JV's must have an agreement, JV entity DUNS, and CVE certification. All SDVOSB firm submitting must provide their CVE certification with date of expiration. Please limit responses to (5) pages. The Contractor capability statement shall include, but not limited to: 1. Design-Bid-Build Experience: o Demonstrate previous experience performing similar type of government construction (before mentioned) with a value of at least $50,000,000.00 performed in the past five years. o Demonstrate experience with Hospital, Medical Clinic, Healthcare facility construction experience, if not hospital or healthcare facility experiences demonstrate experience with institutional or administration buildings 2. Capability to perform: o Provide a construction management composition for similar type construction o Briefly state how this project will be managed o Interested Parties are also encouraged to provide any additional comments and/or concerns about the project, market conditions, etc. Respondents are requested to submit capability Statements that exhibit clear and convincing evidence of your firm's capabilities and experience to perform the stated project. Please submit capability packages via email to: Miranda Butzlaff at Miranda.butzlaff@va.gov and Angeleque Batkins at angeleque.batkins@va.gov no later than 3:00pm ET on September 29, 2022, and in the subject line state "Manhattan Balance of Work and [Company Name]". All information concerning this requirement will be posted only on the Contract Opportunities website . At the current time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package. All future notices related to this procurement will be posted on the Contract Opportunities website DISCLAIMER This Source Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 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, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, 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