Similar Projects
Northeast Georgia Cancer Center
New Construction - 79,692 SF
Design
Athens, GA 30607

Repair Ground Control Approach Radar GCA/RAPCON Support Facility, Building 557 and Demo Obselete Buildings and Concrete Structures, Buildings 545 and 557B&C
Demolition, Renovation, Infrastructure
Design
$1,000,000 CJ est. value
Marietta, GA 30060

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

Firearms Training Facility Construction
Post-Bid
GA

DHS/ICE Operations and Maintenance
Renovation
Post-Bid
Fort Benning, GA

DB/DBB IDIQ MACC for Naval Submarine Base Kings Bay, GA
Results
Kings Bay, GA

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

Northeast Georgia Cancer Center
Addition
Construction
Athens, GA 30607

Piedmont Newnan Hospital Acute Inpatient Beds Addition
Addition, Demolition, Infrastructure
Construction
$62,000,000 CJ est. value
Newnan, GA 30265

CHI Memorial Hospital
New Construction, Infrastructure
Pending Verification
$134,500,000 CJ est. value
Ringgold, GA 30736

Doctors Hospital of Augusta Freestanding Emergency Room
New Construction, Infrastructure - 12,760 SF
Pending Verification
$12,500,000 CJ est. value
Evans, GA 30809

P658 Nuclear Regional Maintenance Facility (Nrmf), Naval Submarine Base Kings Bay
Demolition, New Construction, Infrastructure, Renovation - 137,153 SF
Design
$250,000,000 CJ est. value
Kings Bay, GA 31547

Construct Gate Complex Robert B. Miller Jr. Road
Infrastructure, Renovation
Post-Bid
$7,029,150 CJ est. value
Savannah, GA 31401

Repair TBUP Building 399 Phase 2
Renovation
Results
$25,000,000 to $100,000,000 est. value
Fort Benning, GA

Last Updated 03/03/2023 03:08 AM
Project Title

RFQ Design - Renovate Building 9A for EHRM Administrative Space

Physical Address View project details and contacts
City, State (County) Dublin, GA 31021   (Laurens County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected August 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As per the Owner the project has been cancelled. Editorial Content Team is actively seeking updated information. PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. GENERAL INFORMATION: Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed-price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services for Project # 557-21-703 Renovate Building 9A Dublin, GA project located at the Carl Vinson Veterans' Administration Medical Center 1826 Veterans Boulevard Dublin, GA 31021-3620 The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541310 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The design must be complete and bid-ready no later than 195 calendar days after Notice of Award. In accordance with VAAR 836.204, the magnitude of construction of this project is to be between $2,000,000.00 and $5,000.000.00. A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA). The project shall include but is not limited to, the renovation of Building 9A at the Carl Vinson VA Medical Center to provide proper and functional training and support space on-site for Electronic Health Record Modernization implementation. The implementation of EHRM is phased, with several functions occurring prior to the go-live date. This design will provide a flexible space that can be quickly and easily converted for each of the required training and support spaces, and they occur. The scope of this project includes but is not limited to the following renovations and improvements to Building 9A: Demolish the existing floor plan, back to the original exterior walls, remove existing plumbing, electrical conduit, sprinkler piping, sanitary, and HVAC, as necessary. The approximate square footage of renovation is 7,514 SF. Provide a new floor plan layout that includes the below tentative space requirements: Two integration validation (IV) testing work areas, approximately 1,800 SF each, with 45 workstations, and 36 SF per workstation. Each workstation to house a computer and two monitors, be provided with three outlets and a duplex data drop. Include accordion-style dividers so these two IV testing spaces can be divided into six classrooms during end-user training. Note that a projector and screen and teleconferencing equipment will be required in each of the six classrooms. A support space for IV testing, approximately 1,200 SF. Include an accordion divider so this room can be converted into two classrooms for the end-user. Each future classroom to hold 15 users and 2 trainers. Each workstation to house a computer and two monitors, be provided with three outlets and a duplex data drop. Note that a projector and screen and teleconferencing equipment will be required in each future classroom. Two waiting rooms for testers, approximately 600 SF each. Note that these waiting areas will later be converted to classrooms by the facility, so ensure this room has sufficient power and data for at least 15 users and two trainers. The future classrooms will need to include a projector and screen and teleconferencing equipment. A Change Management user room, approximately 300 SF, with workstations for five staff members to provide post-test surveys. Sufficient public men's and women s restrooms. Breakroom for staff, including cabinetry, sink, and power for a refrigerator and microwave. Electrical and IT closet upgrades are anticipated to handle the additional staff load in the space. A load study will need to be done to determine if existing panels are sufficient or need to be upgraded. Upgrade existing HVAC system- Existing system is a constant volume system and will need to be replaced with a Variable Air Volume system. AHUs are to be replaced or modified as necessary and new ductwork and VAV boxes are anticipated. Asbestos abatement is anticipated; see below estimated quantities: Bldg Floor Description Material Category Material Type Rooms Approx. Quantity 9 1st 12" x 12" White w/ Yellow & Tan Speckles & Mastic MM NF 124, 137 1,368 SF 9 1st 12" x 12" Lime Green w/ Dark Gray Speckles & Mastic MM NF 101 80 SF 9 1st 12" x 12" White w/ Black Streak Floor Tile & Mastic MM NF CR12, CR13, CR15, CR21, 110, 111, 112, 113, 114, 115, 116,122, 124, 131, 132, 133,134,135 2,275 SF 9 Basement Pipe Insulation, Pipe Insulation Fittings TSI F Inaccessible above ceilings and wall chases Unknown 9 1st Radiator Units TSI F All rooms (on the perimeter walls) 45 EA 9 1st Pipe Insulation, Pipe Insulation Fittings TSI F Inaccessible above ceilings and wall chases Unknown *Material Category - Surfacing Material (SUR); Thermal System Insulation (TSI); Miscellaneous (MM) *Material Type - Friable (F); Non-Fable (NF) Standard finishes are anticipated, however, additional acoustical sound control is required due to the large volume of staff being located in the space. Lighting is to be appropriately provided so technicians can properly see the racks, but also not conflict with cable trays and busbars in the hot/cold aisles. Physical Security Upgrades to building to comply with Physical Security Design Manual for Mission Critical Facilities. The building will need 24/7 access for staff and contractors utilizing the space. The below FCA Deficiencies must be mitigated during this project: Deficiency Number Building Category Sub-Category Rating Description of Concern 120822 9 Plumbing Fixtures/Piping F All piping is in very poor condition. 342810 9 Plumbing Fixtures/Piping D Remove plumbing dead ends, provide circulation, and temperature control of domestic hot and cold water systems, as required to meet VA legionella guidelines. The design shall be in accordance with the latest editions of all applicable VA Design Guides (e.g. VA OI&T Design Manual, HVAC Design Manual, etc.), and shall meet ASHRAE/SMACNA standards for these types of systems. During construction, there should be no more than a 4-hour downtime on any utility system, unless approved well in advance by the Contracting Officer s Representative (COR). Phasing of the work may well be required to comply with this requirement and should be considered in the design. There can be no downtime on internet access. All Part Two Services are optional line items and will not be exercised at the time of award. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for the design of this project. The A/E shall initiate a detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of VA Carl Vinson VA Medical Center record drawings and the EHRM infrastructure readiness assessment documents will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. : Carl Vinson Veterans' Administration Medical Center 1826 Veterans Boulevard Dublin, GA 31021-3620 campus. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. 3. A-E SELECTION PROCESS: Firms submitting SF 330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows: SF 330s will be evaluated in accordance with the primary selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview, or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until an award can be made. 4. PHASE I SF330 SELECTION CRITERIA: *The order and content of the Phase I factors have been updated. The following are listed in descending order of importance: Primary Selection Criteria: Professional Qualifications (section E): Professional Qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Key positions and disciplines required for this project include, but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, and Physical Security Specialists. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ___________________, [company] __________________, certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Specialized experience (sections F and H) : Specialized experience and technical competence in the design and construction period services shall be provided for network infrastructure installation, renovations, or upgrades. Projects experience should include upgrading large scale (multi-building with multiple generational OIT systems) fiber optics, data cable, structured cabling, electrical distribution design, electrical upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, IT room renovations/expansion/relocations, Data Centers/Server Rooms reconfiguration, and physical security upgrades, duct bank and direct boring operations. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, and sustainable design practices. Include no more than six (6) Government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. The information provided in sections F and G of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity (section H) : The evaluation will consider the firm s ability to meet the compressed schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the completion percentages and expected completion date for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past Performance (Section H and additional pages not counted toward page limitation): Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *Completed PPQs should be incorporated into the SF330 directly. PPQs should not be submitted to VHA PCAC directly. The PPQs will be counted towards the page limitations for this submission. Knowledge of the locality (section H), Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location, shall be provided in section H, under Secondary Selection Criteria Factor 1. Experience in construction period services (section H): Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Carl Vinson VA Medical Center in Dublin, GA1826 Veterans Blvd, Dublin, GA 31021 Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission. 5. PHASE II WRITTEN RESPONSE SELECTION CRITIERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The short listed firms will be invited to present their written responses to predetermined questions via email to the A-E Technical Evaluation Board. The instructions for the written responses will be provided to the short listed firms only. Each short listed firm will be evaluated based on their responses to the evaluation criteria. The highest-ranked firm will be selected based on their ratings from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses and are of equal importance. Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase and prior to each submission. Address construction period services quality control methods and plan used throughout the construction phase. Describe strategy for control of estimated cost and solutions for anticipated problems that impact cost. Discuss proposed design team and their specific strengths and experience that make them the best fit for this project. Approach to Project Challenges: Discuss approach to overcome physical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Review the SOW and supporting attachments and provide what you see as challenges and recommendations for addressing each of these challenges. Simply restating the requirements (copying and pasting from the SOW) is not considered to be a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be dealt with. Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are well edited and complete, accurate, all inclusive, and in coordination with each other. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved. Discuss ability, familiarization, or experience with VA design guides, design alerts and directives and their interpretations and application to this design. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work. D. Expectations for VA A-E Collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. 5. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist shardae.webb@va.gov. This shall include SF 330 and any applicable attachments. All responses are due on or before Friday, August 5, 2022, at 2:00 PM Eastern Standard Time. The subject line of the email shall read: SF330 Dublin, GA EHRM Design The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission; 36C77622R0116 EHRM Renovate Building 9A Dublin, GA The submission must include the SF 330, Architect/Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of FIFTY (50) pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity ID; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry; 6) SAM UEID & 7) DUNS Number. All questions shall be submitted via email to Shardae.webb@va.gov no later than July 14, 2022, @2:00pm EST. The subject line of the email shall read: Technical Questions; 36C77622R0116 EHRM Renovate Building 9A Dublin, GA. Questions received after the deadline may not receive a response. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. Firms not providing all required information may not be evaluated. All information must be included in the SF 330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: sam.gov for any revisions to this announcement prior to submission of SF 330s. 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