Similar Projects
FTH Building 22 Chapel Exterior Remodel
Renovation
Post-Bid
$300,000 est. value
Helena, MT 59602

AERCO B-Plus Units Replacement at the Ft. Harrison VA Medical Center
Renovation
Post-Bid
$200,000 to $500,000 est. value
Fort Harrison, MT 59636

Construct Outpatient Mental Health / Education Addition (VA-22-00000080) (VA-22-00000113)
New Construction, Renovation, Infrastructure - 25,900 SF
Post-Bid
$20,000,000 CJ est. value
Fort Harrison, MT 59636

Construct Outpatient Mental Health / Education Addition (VA-22-00000080) (VA-22-00000113)
New Construction, Renovation, Infrastructure - 25,900 SF
Post-Bid
$20,000,000 CJ est. value
Fort Harrison, MT 59636

Replace Penthouse HVAC Systems
Renovation
Design
$5,000,000 CJ est. value
Fort Harrison, MT 59636

Replace Penthouse HVAC Systems
Renovation
Design
$5,000,000 CJ est. value
Fort Harrison, MT 59636

FTH Building 1020 Physical Fitness Add/Alt, Department of Military Affairs
Addition, Demolition, Renovation, Infrastructure
Construction
$694,900 CJ est. value
Helena, MT 59602

FTH CFMO Office Remodel, Department of Military Affairs
Build-out
Post-Bid
$300,000 CJ est. value
Helena, MT 59602

Metcalf Building ADA Entrance Improvements
Renovation
Post-Bid
$430,000 CJ est. value
Helena, MT 59601

Radiology Rm 121 Renovations (Elevated Floor Replacement)
Renovation
Post-Bid
$100,000 CJ est. value
Fort Harrison, MT 59636

Radiology Rm 121 Renovations (Elevated Floor Replacement)
Renovation
Post-Bid
$100,000 CJ est. value
Fort Harrison, MT 59636

Renovate Surgery Out-patient Clinic
Renovation
Post-Bid
$500,000 CJ est. value
Fort Harrison, MT 59636

Renovate Surgery Out-patient Clinic
Renovation
Post-Bid
$500,000 CJ est. value
Fort Harrison, MT 59636

legionella Domestic Water
Renovation
Design
$1,000,000 CJ est. value
Fort Harrison, MT 59636

legionella Domestic Water
Renovation
Design
$1,000,000 CJ est. value
Fort Harrison, MT 59636

Reported 05/03/2023 12:00 AM
Project Title

RFQ D/B - Emergency Department Entry and Lobby Remodel (COVID)

Physical Address View project details and contacts
City, State (County) Fort Harrison, MT 59636   (Lewis and Clark County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications,
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Sources Sought. Purpose: Ft Harrison, MT VAMC | ED Entry and Lobby Remodel (COVID)| Project# 436-22-122 This is a Sources Sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 236220 - Commercial and Institutional Building Construction Contractors (size standard of $45M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this synopsis, a solicitation announcement may be published. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Construction Contract. Project: 436-22-122 (Design Build) Project Name: ED Entry and Lobby Remodel (COVID) Scope of Work The VA Montana Healthcare System requires the services of a qualified Contractor to provide construction services allowing for the renovation of the existing Emergency Department Waiting Area, Lobby Waiting and Information Desk to create (2) Emergency Department Airborne Infection Isolation/Waiting (Negative Air) Rooms and associated Airborne Infection Isolation (Negative Air) Corridor. Work is to include creation of a new wheelchair corral, supplemental ED waiting area, Triage Nurse Office/Exam room, Information desk and equipment storage area. Existing Lobby ceiling is to be replaced in its entirety with new acoustical ceiling panel and grid system. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Existing Site Conditions. Construction will occur within the Emergency Department Waiting Area, Lobby and adjoining Central Check-In space. The project will take place in an occupied healthcare facility and the design/build activities will require construction to be phased in such a way as to minimize impact to staff and patients. Infection Control measures will be required at all times as defined in ICRA assessment, Class III, Group 2, Type C. Construction activity will require constant coordination with VA personnel. Site Investigation is required for this project to ensure understanding of scope of work. The Contractor shall be responsible for field verifying all conditions and quantities that may affect the project work prior to bid of this project. This work can be performed directly by the General Contracting firm, or indirectly via contract to a third party (Sub-Contractors). The person(s) conducting the site investigation are to check in with the VA Facilities Management Services department and will be escorted to review the project for not less than 4 hours by the VA Contracting Officer Representative (COR). This work can be done in advance and is intended to limit unforeseen site conditions not indicated on the drawings. The final construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI), ADA, Joint Commission Accreditation Standards, ANSI, SMACNA, IBC, NEC, NFPA as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Due to requirements in NFPA 101 Life Safety Code, a minimum of two egress routes for each occupied space must be maintained after an allowable common path of travel distance of 100 feet (per NFPA 101 Paragraph 18.2.5.3. To ensure the safety of VA patients, staff, and tenants, work is to be structured to allow for egress routes to be maintained throughout the course of construction. Work requiring relocation of tenants, is subject to notification requirements. If Contractor provides a schedule resulting in any violations of NFPA 101 Life Safety Code during any work, they must also submit proposed interim life safety measures for VA review. Any action necessitated by NFPA 101 Life Safety Code will be the responsibility of the Contractor. Construction shall conform to all VA requirements outlined in the FGI Guidelines for Design and Construction of Hospitals, Facilities Guideline Institute (FGI) as well all requirements of the VA design manuals posted by discipline in the VA Technical Information Library at the following web address: http://www.cfm.va.gov/til/dManual.asp Disclosure of the magnitude of the Construction Project: $250,000 to $500,000. Requested Information: If you are interested and are capable of providing the sought-out construction services, please provide the information indicated below (Incomplete Responses will not be Reviewed). The capabilities package for this notice is not expected to be a proposal, but rather a short statement regarding the company s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. 1. Company Profile: Response to this notice must include company name, address, point of contact, and the company profile to include number of employees, annual receipts, number of offices and office location(s), Unique ID number, CAGE Code, and statement regarding small business designation and status. 2. Type of Business: (a) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (b) Is your company considered small under the NAICS code identified under this notice 3. Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. 4. Provide confirmation that your firm can obtain and has the capacity to bond this project up to $1M. Response Submission: Please submit your information via email to Ilze Karklins-Powers, Contract Specialist, at ilze.karklins-powers@va.gov , by the closing date and time listed on this announcement. Please limit your responses to three (3) pages and include the following as the subject line of your email: Sources Sought for ED Entry and Lobby Remodel (COVID)| Project# 436-22-122. Please do not include advertising or promotional materials. DISCLAIMER This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice. 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