Similar Projects
Norarrow Multifamily Housing
New Construction, Infrastructure - 270,880 SF
Conception
$80,000,000 CJ est. value
Fort Wayne, IN 46845

Murphy #6931 / Ft. Wayne
Demolition, New Construction, Infrastructure - 2,800 SF
Conception
$1,500,000 CJ est. value
Fort Wayne, IN 46802

Tiburon/Livingston Lakes Extended
New Construction, Infrastructure
Design
Fort Wayne, IN 46818

Hunters Development
New Construction, Infrastructure
Design
$5,000,000 CJ est. value
Fort Wayne, IN 46845

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

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

FWCS 2022 Site and Traffic PPI
Infrastructure
Results
Fort Wayne, IN

The Pearl Phase I - Site Utilities
Infrastructure
Results
$562,588 CJ est. value
Fort Wayne, IN 46807

RFP Construction Manager - East Terminal Expansion and Renovation
Addition, Demolition, Renovation, Infrastructure
Construction
$7,000,000 CJ est. value
Fort Wayne, IN 46809

Isabelle Gardens
New Construction, Infrastructure
Construction
$5,000,000 CJ est. value
Fort Wayne, IN 46805

RFP Design Architectural and Engineering Services for the Expansion and Renovation of Levan R. Scott Academy
Addition, Renovation, Infrastructure
Pending Verification
$670,000 CJ est. value
Fort Wayne, IN 46806

North River Development
New Construction, Infrastructure
Pending Verification
$150,000,000 CJ est. value
Fort Wayne, IN 46802

ExUrban
New Construction, Infrastructure
Conception
$10,000,000 CJ est. value
Fort Wayne, IN 46802

Premier Riverfront Property
New Construction, Infrastructure - 60,000 SF
Design
$70,000,000 CJ est. value
Fort Wayne, IN 46802

Upgrade Lobby Restrooms
Renovation
Post-Bid
$5,000,000 CJ est. value
Fort Wayne, IN 46805

Last Updated 12/16/2023 06:37 AM
Project Title

RFQ Contractor - Build West Tower Construction Fort Wayne

Physical Address View project details and contacts
City, State (County) Fort Wayne, IN 46805   (Allen County)
Category(s) Commercial, Government/Public, Heavy and Highway, Medical
Sub-Category(s) Communication Building, Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected December 2024
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Minor Construction Program Project 610-314 Build West Tower at the VA Northern Indiana Healthcare System, Fort Wayne, Indiana. PROJECT DESCRIPTION: This project consists of a ground level Emergency Department and first-floor Primary Care Clinic addition to the West side of Building 1 at the VA Northern Indiana Healthcare System in Fort Wayne, IN. There will be some renovation in the existing part of the hospital to tie in and add flow from the existing building into the new addition. This project will build a 27,000 square foot addition on the West side of Building 1 in Fort Wayne VAMC. This project will add this space in the basement and the 1st floor. This project will remodel 2,500 square feet for tie ins to the existing building. This project will build space for the Primary Care and the Emergency Department. Both of these areas fall under the Primary Care umbrella. Project will add larger passenger and service elevators to serve the basement and all floors. Project will build stacked IT closets and Electrical Closets in the basement and all floors. Rooms in the Emergency Department will be private rooms. Project will relocate parking stalls on the South side of the building for the Emergency Department. This project will correct many privacy and security deficiencies for the Emergency Department. This project will provide an additional accessible entrance to the building. This will decrease the distance a Veteran has to travel from the parking lot to the building. This project will allow Primary Care to be located entirely on the 1st floor and will build it to the PACT model. This project will add a centralized specimen collection area on the 1st floor. This will allow the Veteran to come in, complete the specimen collection and leave without having to travel on elevators. The existing space where the Emergency Department Currently is located will be changed to Swing Space without any required construction. This project will incorporate security measures to move a driveway that is too close to the building to meet the security requirements of the VA. The Contractor shall provide all labor, materials, and equipment required to construct a ground level Emergency Department and expand the first-floor Primary Care Clinic West at the Ft. Wayne campus of the VHA Northern Indiana Health Care System. This project includes work in but is not limited to the following divisions: General Requirements, Existing Conditions, Concrete, Metals, Wood, Plastics and Composites, Thermal and Moisture Protection, Openings, Finishes, Specialties, Equipment, Furnishings, Fire Suppression, Plumbing, HVAC, Electrical, Communications and Electronic Safety and Security divisions. Campus buildings are pre-1950 construction; asbestos containing material and lead based paint are present in the buildings and must be removed and handled per OSHA guidelines. VA shall provide most recent surveys of hazardous material. The design identifies hazardous locations and materials as applicable to complete the project. As a working Hospital the adjacent spaces and functions will need to be maintained and a high degree of coordination and scheduling will be required to allow the continuation of the existing Hospital Services during the entire Construction Project. All work to be completed at the VA Northern Indiana Health Care Ft Wayne Campus, 2121 Lake Ave, Ft Wayne, IN 46805. Work to be completed within 700 calendar days from notice to proceed. Construction Phasing - Project to be phased to not interrupt current health care services provided throughout the existing facility. Plans to be developed by the Contractor and approved by the VA to eliminate interruptions or kept to an absolute minimum. The Contractor will only be afforded access to the VAMC from the exterior work side and no access will be afforded the Contractor in or through VAMC spaces. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14, considering Price only. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in mid to late - February 2024. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000.00 and $20,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45 million) applies to this procurement. The duration of the project is currently estimated at 700 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to include the following information: Section 1: Provide company name, DUNS number and Unique Entity Identifier (UEI), company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). Section 3: Provide a Statement of Interest in the project. Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. *Please ensure that the individual bonding capacity is in line with the VAAR Magnitude of Construction listed above. Section 5: Provide an affirming/non-affirming response regarding the ability to build the project within the Governments budget, which is $15,000,000.00. Section 6: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Important to include total cost and square footage for price per square foot comparisons. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, Unique Entity Identifier (if available), socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by December 29, 2023 at 12:00 PM ET. No phone calls will be accepted. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Contracting Office Address: VHA Program Contracting Activity Central (VHA-PCAC) 6100 Oak Tree Blvd. Suite 490 Independence, OH 44131 Primary Point of Contact: Secondary Point of Contact: Skye Budney Jen Braaten Contract Specialist Contracting Officer Skye.Budney@va.gov Jennifer.Braaten@va.gov 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

27,000 SF.
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, Entrances, 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, Audio-Visual 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, Rugs and Mats, 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, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone 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, Electrical Utilities, Communications 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