Similar Projects
Home2 Suites by Hilton / Columbia
New Construction, Infrastructure - 50,000 SF
Conception
$27,000,000 CJ est. value
Columbia, MO 65203

Chapel Hill Connector - Perche Creek Trail - 00745 - 1949 - City of Columbia
Infrastructure
Conception
$500,000 CJ est. value
Columbia, MO 65203

Park Shelter for More's Lake at the City of Columbia Municipal Power Plant
Infrastructure
Design
$100,000 CJ est. value
Columbia, MO 65201

Forum Boulevard - Green Meadows to Nifong - 00653 - City of Columbia
Infrastructure
Design
$2,250,000 CJ est. value
Columbia, MO 65203

Culvert Improvement-McGee Rd Culvert
Infrastructure
Bidding
$300,000 CJ est. value
Columbia, MO 65203

MU Research Reactor - West Building Addition
Addition, Demolition, Infrastructure - 44,516 SF
Bidding
$25,000,000 CJ est. value
Columbia, MO 65203

University of Missouri Medical Sciences Building Ph1 Lab Renovations
Renovation
Sub-Bidding
$500,000 CJ est. value
Columbia, MO 65201

Hospital Lobby And Concourse - 1L01 Canopy Column Repairs
Renovation
Post-Bid
$140,758 to $156,398 est. value
Columbia, MO

Forum Boulevard Improvements
Infrastructure
Post-Bid
$1,345,495 CJ est. value
Columbia, MO 65203

Rough Site Grading, Parking and Storm Water System Installation
Infrastructure
Results
Columbia, MO

Missouri Psychiatric Center Restroom
Renovation
Results
Columbia, MO 65201

O'Reilly Auto Parts (CO5) #6643 / Columbia
New Construction, Infrastructure - 6,972 SF
Construction
$1,300,000 CJ est. value
Columbia, MO 65202

RFQ Design - Professional Architectural and Engineering Design Consulting Services
New Construction, Infrastructure
Pending Verification
$67,000,000 CJ est. value
Columbia, MO 65203

Providence South Plaza
New Construction, Infrastructure
Pending Verification
$25,000,000 CJ est. value
Columbia, MO 65201

Extend Hinkson Creek Substation Feeders - E0193 - 1837 - City of Columbia
Infrastructure
Conception
$10,000,000 CJ est. value
Columbia, MO 65203

Last Updated 05/25/2023 07:09 AM
Project Title

RFQ Design - Relocate Community Living Center Phase 2 (VA-23-00038394) Columbia, MO

Physical Address View project details and contacts
City, State (County) Columbia, MO 65201   (Boone County)
Category(s) Heavy and Highway, Medical
Sub-Category(s) Hospital, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $13,323,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SYNOPSIS: INTRODUCTION: This 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 design to Construct Community Living Center Phase 2 for VISN 15 Harry S. Truman Memorial Veterans Hospital (HSTVMH) located in Columbia, MO. PROJECT DESCRIPTION: The project shall include, but is not limited to design, plan, and provide professional architectural/engineering services for the construction of the VISN 15 Community Living Center to be located on the Harry S. Truman Memorial Veterans Hospital (H) located in Columbia, MO 65201. This is to be the 2nd and final phase of the relocation of the Truman VA Community Living Center (CLC), and will consist of a 24 bed, 23,500 square foot second story addition onto the ground floor of the Community Living Center (CLC). The new construction will enable relocation of the final 24 beds out of the existing CLC in the main hospital. The project is supported by the Truman VA Master Plan that was created through the VA Headquarters Integrated Planning process and is Truman VA's highest priority. PROCUREMENT INFORMATION: The proposed project will be a competitive, firm-fixed-price design contract. The anticipated solicitation will be issued utilizing FAR part 36. 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 June 2023. The North American Industry Classification System (NAICS) code 541330 applies to this procurement. In accordance with FAR 52.236-22 Design within Funding Limits, the construction cost limit for the construction contract cannot exceed $13,323,000. 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 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. 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 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 an electronic response that addresses the above information. Please submit as a PDF, 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 shall be submitted via email to the primary point of contact listed below by June 1, 2023 at 10 AM 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. Primary Point of Contact: Nicholas Rolin Contract Specialist nicholas.rolin@va.gov The Method of Contractor Selection has not been determined at this Time.

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.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, 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.
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 Blinds, Casework, Furniture, Seating, Institutional Furniture, Healthcare Furniture.
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, Plumbing Equipment, 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, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting.
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