Similar Projects
Reconstruction of sidewalks and curbs - 390258 - City of Kansas City
Infrastructure
Conception
$580,000 CJ est. value
Kansas City, MO 64113

Site Development - East Side Terminal Area - 47732185 - City Of Lee Summit
New Construction, Infrastructure
Conception
$2,653,000 CJ est. value
Lees Summit, MO 64064

Replace Elevators in Buildings 1 and 15
Renovation, Alteration
Design
$2,000,000 to $5,000,000 est. value
Independence, MO 64052

Uptown Lofts Part Two / Kansas City
New Construction, Infrastructure
Design
$20,000,000 CJ est. value
Kansas City, MO 64111

Bridge Replacement, Interchange Improvement
Demolition, New Construction, Infrastructure
Bidding
$15,000,000 CJ est. value
Independence, MO 64055

RFQ Contractor - Construct Women's Health and Primary Care Addition Kansas City VAMC
Addition, Renovation - 22,100 SF
Bidding
$14,000,000 CJ est. value
Kansas City, MO 64128

Demolition of 1308 West Main Street
Infrastructure
Post-Bid
Blue Springs, MO 64015

RFQ D/B - 63rd St. Reconst. (Sec 1) - Woodland Ave to Prospect Ave
Infrastructure
Post-Bid
$7,100,000 CJ est. value
Kansas City, MO 64133

2021 Shalimar Park Field Grading
Infrastructure
Results
Grandview, MO 64030

Roadwork, Road Repair, Maintenance and Construction MATOC
New Construction, Term Contract
Results
Kanopolis, KS - Blue Springs, Saint Charles, MO

AC Rialto Hotel
Renovation, Infrastructure - 169,000 SF
Construction
$65,700,000 CJ est. value
Kansas City, MO 64106

D/B-Design Build Services for a New Detention Center Facility
LEED Certification, New Construction, Infrastructure
Construction
$256,500,000 CJ est. value
Kansas City, MO 64133

Take 5 Oil Change / Blue Springs
New Construction, Infrastructure - 1,415 SF
Pending Verification
$350,000 CJ est. value
Blue Springs, MO 64015

Origin Kansas City Hotel
New Construction, Infrastructure
Pending Verification
$29,000,000 CJ est. value
Kansas City, MO 64120

Bailey Park Development - #33032784 - City Of Lees Summit
New Construction, Renovation, Infrastructure
Conception
$7,500,000 CJ est. value
Lees Summit, MO 64063

Last Updated 02/08/2023 10:07 AM
Project Title

RFQ Contractor - Construct Inpatient Medicine Bed Addition Kansas City Veterans Affairs Medical Center

Physical Address View project details and contacts
City, State (County) Kansas City, MO 64128   (Jackson County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected February 2024
Bids Due View project details and contacts
Estimated Value $15,000,000 [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 (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources construction services for Inpatient Medicine Bed Addition, Kansas City VA Medical Center (KCVA), located in Kansas City, MO. This is a CONSTRUCTION project. PROJECT DESCRIPTION: Contractor shall completely prepare project site for operations, including demolition and removal of existing site elements, and furnish labor and materials and perform work for at the Kansas City VA Medical Center (KCVA) Project 589-017, Construct Inpatient Medicine Bed Addition as required by drawings and specifications. Period of performance is projected to be five-hundred forty (540) calendar days. The work will require construction of a third-floor addition on the North side of the building. The remainder of the 3rd floor west wing shall be renovated. These areas combine to form a continuous inpatient private bedroom acute medicine unit. A vertical circulation addition with 2 elevators shall also be built with this project serving all floors from Basement thru 8th floor for patient transport. Additional work is required to accommodate location of 2 portable MRI machines that will serve patients during the construction period. This work is located near the Ambulance-only entry and on the Honors Annex Campus which is a few miles to the east. Work includes general construction, alterations, and certain other items. Contractor shall provide services including but not limited to: furnish all supervision, labor, equipment, materials, and transportation necessary to accomplish work for the demolition and replacement as required by specifications and drawings. Contractor is responsible for Asbestos Containing Materials (ACM) and Lead Based Paint (LBP) removal and mitigation, including Floor tile, Mastic and Lead Paint removal, where it occurs inside the project area of work. Please also see the 2010 ACM survey (included in General Requirements 01 00 00, Appendix B) for estimated quantities and locations. There will be no cost to the Government for any removal, testing, oversight, or clearance of ACM. Abatement methods as stipulated in Specification Sections 02 82 11, 02 82 13.13, 02 82 13.19 and 02 83 33.19, are the only allowable methods of abatement. No alternate abatement methods will be considered. Civil and Sitework: Work includes all labor, material, equipment, and supervision to perform new civil and site work by the construction drawings and specifications. Civil and Sitework includes all site preparation as well as providing new and relocating existing utilities and equipment, providing new site construction, landscaping, and physical security elements. Electrical, Telecommunications, and Security Work: Work includes all labor, material, equipment, and supervision to perform new electrical, communications and security systems to the spaces renovated and the new additions detailed by the construction drawings and specifications. Provide access control for all the required doors, coordinate with the door hardware schedule for additional requirements. Provide new cameras, associated devices, and equipment. Mechanical, Plumbing and Fire Protection Work: Work includes all labor, material, equipment, and supervision to perform the required Mechanical, Plumbing and Fire Protection construction work on this project including provide materials and construction equipment as detailed by the construction drawings and specifications. All new mechanical systems shall be addressable and controllable via the existing Engineering Control Center (ECC) and HVAC Shop. The ECC system shall monitor space conditions and unit status and shall alarm the Facility Operations staff as detailed by the mechanical control drawings and specifications. In addition to providing new mechanical systems to serve the new addition and renovated spaces, this project also requires reconfiguration of the existing building HVAC systems (duct, diffusers, grilles, bracing and supports) to maintain existing heating and cooling systems. Contractor is required to Test and Balance (TAB) new and existing HVAC systems per 23 05 93. This work requires preconstruction TAB readings to establish baseline performance for all existing HVAC systems to remain serving the Medical Bed space and adjacent corridor. Existing systems shall be rebalanced to preconstruction readings. Contractor shall reconfigure fire protection piping and provide additional sprinkler heads to the existing building automatic sprinkler system as required. New Fire Protection systems shall be provided, and existing systems modified per the construction drawings and specifications. Contractor shall reconfigure plumbing and medical gas piping and provide new piping, fixtures, valves, fittings, and devices as required by the construction drawings and specifications. All new and existing systems within the Scope of Work shall be commissioned (or recommissioned) for per Specification 01 91 00. Inspections: Comprehensive 3rd party inspections, testing and written reports for all Divisions are required and paid by the General Contractor. Contractor shall employ third party inspection consultants to perform all inspections required by this contract. The VA shall appoint a third-party individual, company, or firm to act as the Commissioning Agent. The Commissioning Agent is the designated person, company, or entity that plans, schedules, and coordinates the commissioning team to implement the commissioning process. 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 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-March 2023. In accordance with VAAR 836.204, the magnitude of construction is between $12,000,000.00 and $15,000,000.00. The North American Industry Classification System (NAICS) code 236220 (size standard $45.0 million) applies to this procurement. The duration of the project is currently estimated at 212 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 in the following information: Section 1: Provide company name, Unique Entity ID (or DUNS), 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 type of work your company has performed in the past in support of the same or similar requirement. It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages 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. Responses shall be submitted via email to the primary point of contact listed below by 14 February 2023 at 10:00 AM EST. 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. If a solicitation is released it will be synopsized on System of Awards management at www.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) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Andrew Neiss Andrew.neiss@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

,, 17,350 SF - 6,500 SF. 10,850 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, 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