Similar Projects
Z1DA--Repair FCA Deficiencies & Upgrade Elevators Bldg 77 Repair Deficiencies & Upgrade Elevators Bldg 162
Renovation
Design
$500,000 to $1,000,000 est. value
Johnson City, Murfreesboro, TN 37604

Smyrna Building 668 Restoration
Renovation
Design
$400,000 est. value
Smyrna, TN 37167

Industrial Boulevard Sewer Pump Station
Renovation, Infrastructure
Bidding
$3,000,000 CJ est. value
La Vergne, TN 37086

Industrial Boulevard Sewer Pump Station
Renovation, Infrastructure
Bidding
$3,000,000 CJ est. value
La Vergne, TN 37086

Discovery School Walking Track
Post-Bid
Murfreesboro, TN 37130

24-Inch Water Main from the Stones River Road Roundabout to the Water Treatment Plant
Post-Bid
$4,070,000 est. value
La Vergne, TN 37086

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

Mercury Boulevard Sidewalks, Crosswalks, and Pavement Markings
New Construction
Results
Murfreesboro, TN 37129

Renovate Ward 1A
Renovation - 20,500 SF
Construction
$5,000,000 to $10,000,000 est. value
Murfreesboro, TN 37129

Vanderbilt University Medical Center
New Construction
Pending Verification
Murfreesboro, TN

St. Thomas Rutherford Hospital
Addition
Pending Verification
Murfreesboro, TN 37129

Patterson Park Community Center Playground
Infrastructure
Design
$300,000 CJ est. value
Murfreesboro, TN 37130

RFQ D/B - Design-Build Prepare Site for York MRI
Renovation
Bidding
$1,000,000 to $2,000,000 est. value
Murfreesboro, TN 37129

Charter Place Realignment at South Waldron Road
Post-Bid
La Vergne, TN 37086

Taxiway Echo & Apron Expansion
New Construction
Results
$1,389,299 est. value
Murfreesboro, TN 37129

Last Updated 07/22/2022 08:37 AM
Project Title

RFQ Design - Construct Sleep Disorder and Specialty Clinics Design - Murfreesboro

Physical Address View project details and contacts
City, State (County) Murfreesboro, TN 37129   (Rutherford County)
Category(s) Government/Public, Heavy and Highway, Medical, Sewer and Water
Sub-Category(s) Hospital, Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
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

INTRODUCTION: The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources. This project involves professional Architect/Engineer (A/E) services necessary to renovate approximately 18,200 SF on the ground Floor of Building 6 and create approximately 400 SF in order to relocate the existing Sleep Program from an inpatient ward and expand the clinic to address the rapid growth of the Tennessee Valley Healthcare System (TVHS) Sleep Program. This is a DESIGN project. PROJECT DESCRIPTION: Place of Performance: Tennessee Valley Healthcare System - Alvin C. York (Murfreesboro) Campus, 3400 Lebanon Pike, Murfreesboro, TN 37129 The Department of Veterans Affairs (VA) intends to have the A/E fully survey, investigate, and document the existing spaces and utility systems, affected by renovations, in order to gain the knowledge and insight necessary to prepare accurate documents in a professional and competent manner. The project objectives are as follows: Expand the sleep program. Provide co-located specialty care clinical services. Increase efficiency through more functional layouts and promote staff efficiencies. The design of the specialty clinics should be universal so that various specialties can schedule various clinics on an as needed basis. Improve privacy and accessibility. Improve the patient experience. Improve exterior building entry and access, including road improvements, drop-off/pick-up, parking/waiting. Provide sufficient parking for staff and patients. This project will improve the condition of the facility. The project will partially correct the following issues from the Facility Condition Assessment (FCA): 114978: Public Toilets are generally non-compliant and in poor condition throughout building; provide at least one (1) complying toilet per floor for each sex. 334322: Drinking fountains are generally non-compliant throughout building; replace units, add side railings, locate in alcove, etc. as required to comply. 334323: At Main North Entry: provide signage locating accessible entry to building. Replace doorknobs with lever type on all floors. 334324: Staff Break Rooms are non-compliant and in poor condition. 283672: East Canopy is in poor condition and should be replaced. Adjust angle of canopy for proper drainage. 60558: Flooring and base throughout building is in poor condition. 283675: Threat of water damage from sprinkler head in telecommunication rooms. Reroute sprinkler to avoid rooms. 60561: Signage in poor condition. Wayfinding is vague. 60562: Windows are in poor condition. Replace all with alum fixed windows with insulated glass and integral blinds. 334674: Fire Alarm notification devices are old and not in compliance with current NFPA requirements. 334675: Replace old inefficient T-12 type light fixtures with modern efficient fixtures. 334677: Branch circuit wiring is installed in 1939 and never have been replaced except when fails, portions of wiring have been replaced where required to bring device up and running. 334678: Replace PA system installed in 1970's. Replace TV wiring and head end equipment to digital TV equipment with fiber optic link between buildings and relocate system from stairway. 283677: All terminal unit controls are pneumatic. Pneumatic controls are in poor condition and should be replaced with a DDC control system. 61516: Approximately 100 VAV boxes are original from 1980 renovation and in poor condition. Units are all pneumatically controlled. Upgrade to DDC. 334686: Partitions: Interior unreinforced brick walls not braced and out-of-plane. Ceiling Systems: Tie bracing and compression strut were not observed. Light Fixtures: Light system not braced to structure. Mechanical & Electrical Equipment: Mechanical and electrical equipment is not anchored. Piping: No bracing was observed on any fire protection piping or any other mechanical pipes. Provide anchorage and bracing per H-18-8 and ASCE7-10 Chapter 13. Modernize systems: Systems should be scalable and capable of modern features such as the integration of various existing systems, equipment, devices. Upgrade outdated electrical, controls, communications, and mechanical systems. All relevant systems including but not limited to Nurse Call/ Code Blue, telephone, PA, Fire Alarm, and Security shall meet current VA standards. Improve reliability, monitoring, control and energy efficiency, utilizing modern systems and features, such as non-priority native BACnet DDC controls, variable speed drives, energy optimization control, reset of discharge air temperature, optimal start/stop, occupied/unoccupied, occupancy sensing, lighting control, and economizer modes. Replace outdated pneumatic controls with DDC that will integrate into the frontend controls system. Install thermostats with resets, setback, and override controls. New automated control systems shall provide precise control of temperature and humidity, pressure relationships, and provide a quality care environment. Signage and Wayfinding will be upgraded to meet facility standards and provide clear direction. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price (Final Specifications and Drawings will be provided) contract utilizing the Construction approach. In accordance with Veteran Affairs Acquisition Regulation (VAAR) 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code for this action is 541330 with a size standard of $16.5 million. The duration of the project is currently estimated at 347 calendar days from the issuance of a Notice of Award. 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. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following information: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number, and email. Section 2: Provide company business size based on NAICS code 541330. 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. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) 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. 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 six (6) 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, 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 February 24, 2022. 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 Contracting 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) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: Zachary E. Penhollow Contract Specialist Zachary.Penhollow@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

,, 18,600 SF - 400 SF. 18,200 SF.
Division 01 - General Requirements.
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, Earthwork Methods, 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, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, 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