Similar Projects
Baycare Health System - Plant City
New Construction - 85,000 SF
Conception
$326,000,000 est. value
Plant City, FL 33565

Vibra Healthcare
New Construction
Conception
$32,000,000 est. value
Boynton Beach, FL 33437

Calhoun Liberty Hospital
Renovation
Design
$4,000,000 est. value
Blountstown, FL 32424

New Bed Tower Expansion
Design
Nokomis, FL 34275

RFP D/B - Repair Expansion Joints in Building 55 Parking Garage
Renovation
Bidding
$500,000 CJ est. value
Tampa, FL 33612

RFP D/B - Repair Expansion Joints in Building 55 Parking Garage
Renovation
Bidding
$500,000 CJ est. value
Tampa, FL 33612

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

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

Cardiac Catheterization Labs
Renovation
Post-Bid
Sarasota, FL 34239

Design and Construction of 325th Fighter Wing Headquarters, Tyndall AFB, Florida - Phase 2
New Construction - 29,548 SF
Post-Bid
$25,000,000 to $100,000,000 est. value
Panama City, FL 32403

Rebuild Sector/Station Key West, USCG Sector/Station Key West
Renovation
Results
$67,500,000 est. value
Key West, FL

W9127820R0048 - Two-Phase Design Build Zone 8 Indoor Firing Range and Combat Arms Training and Maintenance (CATM) Facility, Tyndall, AFB, FL
New Construction - 20,560 SF
Results
$10,000,000 to $25,000,000 est. value
Tyndall AFB, FL

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

JFK Medical Center North Campus - Emergency Department
Addition - 7,300 SF
Construction
$8,000,000 est. value
West Palm Beach, FL 33407

South Florida Spine & Orthopedic Institute
New Construction, Infrastructure - 120,000 SF
Pending Verification
$70,000,000 CJ est. value
Delray Beach, FL 33446

Last Updated 09/08/2022 01:31 AM
Project Title

Replace Plumbing Systems in Building 64

Physical Address View project details and contacts
City, State (County) Lake City, FL 32025   (Columbia County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2022 , Construction documents
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 09/21/22
Owner View project details and contacts
Architect View project details and contacts
Description

Pre-Solicitation Notice Date: 09/06/2022. Contracting Office Address: Department of Veterans Affairs, Network Contracting Office (NCO) 8 Construction Team 1, 8875 Hidden River Parkway, Tampa, FL 33637. Subject: Replace Plumbing in Building 64 - Bid Build Services, at the Lake City VAMC, Lake City, FL. Proposed Solicitation Number: 36C24822R0194. Closing Response Date: 10/21/2022. POC for this requirement is Adriana N. Gamm, email: adriana.gamm@va.gov. This requirement is set-aside for Service-Disabled Veteran-Owned Small Businesses. General Description: The Department of Veteran Affairs (VA), Veterans Integrated Service Network (VISN) 8, Lake City VAMC has a requirement to remove and replace existing piping in Building 64 at the Lake City Veterans Affairs Medical Center, Lake City, FL. The magnitude of construction is between $5,000,000 to $10,000,000. The solicitation will be issued on or about September 21, 2022. All information for this solicitation will be posted on the SAM.gov website at www.sam.gov. All interested firms must be registered in the System for Award Management (SAM.GOV). Important Notice: Prior to submitting a proposal under SDVOSB set-aside solicitation *Contract Award Date: September 28, 2018 Contract Award Number: 36C24818C0255 Contract Award Dollar Amount: $668,584.00 Contract Line Item Number: 0001 Contractor Awarded DUNS: 038728095 Contractor Awardee: ABOVE GROUP INC.;2268 SARNO RD;MELBOURNE;FL;32935 This Pre-solicitation Notice is Not a Request for Proposal. All information needed to submit SF330 Documents are contained herein. The Lake City VA Medical Center located in Lake City, Florida is seeking a qualified Architectural Engineering firm to perform A/E Services. This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR A125.6. Proposals will only be considered from SDVOSB concerns that are verified in Vetbiz at the time of submission of proposal and prior to date of award in accordance with VAAR 804.1103-70. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ and registered in the System for Award Management (SAM) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. The Contractor shall provide all design services necessary to Replace the Plumbing System in Building 64 at the Lake City (VA) Medical Center in accordance with the statement of task. Estimated/Target Completion Period: 177 calendar days after Notice to Proceed (NTP). In order to assure compliance with FAR Clauses 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14(b) (1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. At the time of proposal submission, contractors must have current registration/certification in System for Award Management (SAM) and VetBiz. Proposals of Contractors not registered/certified in both databases will not be considered for award. Magnitude of this project is between $500,000 and $1,000,000. NAICS: 541330 Engineering Services. Size Standard is $15 Million. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the profession of architecture or engineering and meet all required qualifications. State of Florida requires a Florida State license for all. Provide all design services necessary to bid the replacement of plumbing system components in building 64, and all necessary support equipment at the Medical Center in Lake City, Florida. The Complete Construction Documents will include, but not be limited to Construction Drawings, Technical Specifications, Reports, and Independent Government Estimates. In addition, the A/E shall provide bidding Assistance and Construction Period Services. The following overview highlights the key aspects of the project: A/E shall provide contract documents and construction period services to replace plumbing systems in Building 64. Work shall include replacement of main sanitary sewer piping in the basement of B.64, and include temporary measures required while work is in progress. Other systems, whether supply side or waste side shall also be designed for replacement as required. The Construction Drawings will address necessary disciplines including but not limited to; Site, Landscaping, Structural, Civil, Architectural, Mechanical, Plumbing, Life Safety, Signage, Electrical, Communication, Security, and Demolition. Due to a portion of the project being the removal of existing material, the Design will include Asbestos/ Lead Testing and Reports. The Construction Documents will include a Remediation Plan should one be required. The A/E will retain the services of a Certified Industrial Hygienist (CIH) to provide expertise in all aspects of identifying, assessing, and making recommendations concerning the management of asbestos and/or lead. A/E shall provide a Certified Independent Third Party (CITP) Safety Professional or Professional Credentialed to provide the necessary design reviews for compliance with national and local codes, standards, and federal and state regulations; including Life Safety issues. Project will include multiple phasing plans to minimize the impact of the project on the regular operation of the medical facility including impacts by utility shut downs, and interference with pedestrian, passenger vehicle, and delivery truck circulation. During the Construction Period Services, it is expected that the A/E shall maintain submittals utilizing an electronic submittal service similar to Submittal Exchange or Procore . CPS will also include review analysis of change orders and costs, site visits, and construction administration. Selection will be based on the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)).A Note:A All Architectural Engineering Firms wishing to perform services in the State of FL do require a Florida License no matter whether it s a federal procurement or otherwise.A A Additionally, if you offer architectural services in a branch office then you must have a Florida licensed architect in the branch office with supervisory control.A A Provide your information on the SF 330 clearly marked with a copy the Florida license. A Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. A (Include Government and private Experience) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Capacity to accomplish work in the required time. Past performance similar in nature to the work required for this project on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received, three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. The following format shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Copy of Current A/E Florida License (5) Copy of current vetBiz.gov SDVOSB certification (6) DUNS Number (7) Cage Code (8) Tax ID number (9) The E mail address and Phone number of the Primary Point of Contact. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. This is not a request for proposal. All information needed to submit sf330 documents are contained herein. No additional solicitation package or technical information will be issued. Site visits will not be arranged during this phase. Contracting Office Address: Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637 The method of contractor selection has not been determined at this time.

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