Similar Projects
Wheatland Memorial Hospital and Clinic
New Construction - 30,080 SF
Conception
$1,000,000 to $5,000,000 CJ est. value
Harlowton, MT

RFQ Design - Architect for Partnership Health Center
LEED Certification, New Construction, Build-out, Renovation, Infrastructure
Conception
$11,000,000 CJ est. value
Missoula, MT 59802

West Bozeman Ambulatory Surgery Center and Medical Office
New Construction, Infrastructure - 63,000 SF
Design
$13,000,000 CJ est. value
Bozeman, MT 59718

EHRM Infrastructure Upgrades Construction Fort Harrison
Renovation
Bidding
$20,000,000 CJ est. value
Fort Harrison, MT 59636

EHRM Infrastructure Upgrades Construction Fort Harrison
Renovation
Bidding
$20,000,000 CJ est. value
Fort Harrison, MT 59636

Billings Field Maintenance Shop #6 Fence, Department of Military Affairs
New Construction
Post-Bid
Billings, MT 59106

Mountainview Medical Center
New Construction - 40,000 SF
Post-Bid
White Sulphur Springs, MT

National Guard Readiness Center
New Construction
Results
Butte, MT 59701

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

VA Montana-Roche Lab Project
Renovation, Infrastructure
Bidding
$250,000 CJ est. value
Fort Harrison, MT 59636

GBSD Temporary Facility Industry Day
New Construction
Post-Bid
$8,000,000 to $18,000,000 est. value
Great Falls, MT 59402

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

Repair and Upgrade Fire Station
Build-out, Renovation
Post-Bid
$300,000 CJ est. value
Great Falls, MT 59405

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

Last Updated 11/22/2022 11:36 PM
Project Title

Radiology Rm 121 Renovations (Elevated Floor Replacement)

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 No longer Accepting Requests, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The contractor shall furnish all labor, equipment, materials, and supervision to complete the following project at the Ft. Harrison VAMC located at 3687 Veterans Drive, Ft. Harrison, MT 59636. Project: 436-23-109 X-Ray Lab (Room 121) Elevated Floor Replacement/Renovation The Project Magnitude of the requirement is estimated to be between $25,000 and $100,000. The NAICS code is 236220 with a business size standard of $39.5M. In accordance with P.L. 109-461, this acquisition is 100% set aside for Service-Disabled Veteran Owned Small Business concerns. See VAAR 852.219-10, Notice of Total SDVOSB. Set Aside of this solicitation for information in regard to requirements in order to be considered. Offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation at the time of submission of quote. Failure to be both Verified by CVE and Visible on VetBiz at the time of quote submission will result in the offeror's quote being deemed non-compliant. Per FAR 52.204-7, System for Award Management (SAM), prospective contractors shall be registered in the SAM database prior to award of a contract or agreement. A site visit will be held on October 18, 2022 at 10:00 am MT. Interested contractors shall meet at Building 141 (Administration Building), 2nd floor, room #208 (Conference Room). All questions in relation to this solicitation are due on October 25, 2022 at 2:00 pm MT. Please address questions to Denver.Robb@va.gov. The closing date for this solicitation is November 14, 2022 at 2:00 pm MT. Please email proposals to Denver.Robb@va.gov. To avoid quote rejection, quote package shall include: past performance/PPQs, pricing, signed 852.219-77, special standard of responsibility (OSHA/EMR) and bid bond (if >$150,000). Quotes from non-verified SDVOSB contractors will also be rejected. PART I/SECTION B - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS I.1B COST RANGE: Between $25,000 and $100,000 I.2B GENDER: Wherever the masculine gender is used in this solicitation and contract documents, it shall be considered to include both masculine and feminine. I.3B METRIC PRODUCTS: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall within the tolerance specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerance specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The Contracting Officer, in concert with the Contracting Officer's Representative (COR), will accept or reject the product. I.4B REQUESTS FOR INFORMATION: All requests for information must be submitted in writing to the Contracting Officer for action no later than the date shown in Block 10 of the SF 1442, Solicitation, Offer and Award. I.5B QUOTE REQUIREMENTS General - Past performance information, price proposal, special standard of responsibility, bid bond (if applicable), and LOS certification (VAAR 852.219-77) shall be submitted in response to this solicitation. Quotes shall be submitted via email to Denver.Robb@va.gov. Quotes shall be received by 2:00 pm MT on November 14, 2022. There will be no public opening. Emails are limited to 15 MB. The proposal, in its entirety, shall be one email (one attachment for price proposal and one attachment for past performance information) not to exceed 15 MB. Failure to submit in the format required and clearly address those factors may result in rejection of the offer. An original Bid Bond, in the amount of twenty (20%) percent (but not to exceed $3,000,000) of the bid price shall be sent to the address listed in block 8 of the SF 1442 and be received at the address no later than the closing date and time. Failure to furnish the required bid guarantee in the proper form (SF 24) and amount, by the time set for opening, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. SEE FAR Provision 52.228-1, Bid Guarantee, of this Solicitation. Electronic copies of the quotes will be time/date stamped by Microsoft Outlook upon receipt of email. Further details on electronic submission are outlined below. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in Page of 36C25922Q0806 accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs CVE at the time of offer submission. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of offer submission and contract award will result in the offeror's proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so. I.6B REQUIREMENTS FOR ELECTRONIC SUBMISSION OF OFFER Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1. Files readable using the current Microsoft(C) Office version Products: Word, Excel, PowerPoint, or Access. Print or scan images of spreadsheets are not acceptable. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF (purpose: contracting can open the PDF version and engineering can open AutoCAD files) *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