Z1DA--ICU Renovation VA Medical Center San Francisco Project 662-23-101
ID: 36C26125R0009Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the renovation of the Intensive Care Unit (ICU) at the San Francisco VA Medical Center, designated as Project 662-23-101. This project aims to modernize the ICU to meet Airborne Infection Isolation Standards, creating a facility with 10 patient rooms that can be expanded to accommodate up to 12 patients, while ensuring minimal disruption to ongoing hospital operations. The renovation is critical for enhancing healthcare delivery to veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses, with an estimated budget between $10 million and $20 million. Proposals are due by the specified deadline, with a performance timeline of 420 calendar days post-Notice to Proceed, and interested parties should contact Contract Specialist Christopher Whipple at christopher.whipple@va.gov for further inquiries.

    Point(s) of Contact
    Christopher WhippleContract Specialist
    christopher.whipple@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines the upcoming Renovation of the ICU at the San Francisco VA Medical Center, designated as Project No. 662-23-101. This project aims to upgrade the ICU to meet Airborne Infection Isolation Standards through an extensive renovation of the existing facility. The contracting opportunity is set to be posted on November 22, 2024, with responses limited to contractors possessing a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract. Budget estimates project the costs between $10 million and $20 million, adhering to NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business threshold of $45 million. The renovation will take approximately 420 calendar days following the Notice to Proceed and involves contributions from contractors including labor, materials, equipment, and professional services. Key aspects of the construction include establishing ten patient rooms, with surge capacity for an additional two and four specifically designed for Airborne Infection Isolation. The project must be meticulously managed due to its location within a functioning hospital, requiring careful coordination to mitigate noise, dust, and utility disruptions for surrounding clinical areas. Communication for inquiries is directed to the Contract Specialist, Christopher Whipple, via the provided email.
    The document serves as a pre-solicitation announcement for the Intensive Care Unit (ICU) Renovation project at the VA Medical Center in San Francisco, identified as project 662-23-101. Set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), this procurement requires contractors to be registered in SAM.GOV and the SBA’s VETCERT program. The anticipated release date for the formal Request for Proposals (RFP) is on or around February 18, 2025, with proposals accepted only from eligible SDVOSB contractors. The project magnitude is estimated between $10 and $20 million, classified under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. The project duration is projected to be approximately 420 days following the issuance of the Notice to Proceed (NTP). Questions regarding the solicitation should be directed to specified contacts within the VA Network Contracting Office. This pre-solicitation aims to ensure compliance and specificity for bidders, reflecting the federal government’s focus on supporting veteran-owned businesses in public contracts.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the construction of a renovated Intensive Care Unit (ICU) at the VA San Francisco Healthcare System. The project, designated as Project 662-23-101, aims to meet airborne infection isolation standards and involves extensive renovations to create a modern ICU with up to 12 patient rooms. The solicitation is a firm-fixed-price contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key elements include a guideline requiring the contractor to furnish performance and payment bonds, adhere to a completion timeframe of 420 calendar days post-award, and offer a construction management software platform for project coordination. Offerors are instructed to submit proposals via email by a specified deadline, along with a bid guarantee in the form of a bid bond. The evaluation criteria for awarding the contract include project schedule, past performance on relevant projects, and cost/price considerations. Furthermore, a site visit is encouraged, with specific instructions for submitting Requests for Information. The document emphasizes compliance with federal regulations, labor requirements, and the importance of maintaining safety and quality throughout the construction process, demonstrating the government’s investment in enhancing healthcare facilities while supporting veteran-owned businesses.
    The VA San Francisco Healthcare System has issued instructions for completing a Past Performance Questionnaire as part of the evaluation process for contractors submitting proposals for the ICU Renovation project (36C26125R0009). This questionnaire is essential for assessing the past performance of offerors. Respondents must provide detailed information about the contractor, including contract specifics, the type of work performed, and performance ratings based on various criteria such as quality, timeliness, customer satisfaction, management effectiveness, financial management, safety compliance, and overall collaboration. Each performance element is rated using a defined scale ranging from Exceptional to Unsatisfactory, with space for comments to elaborate on the ratings. The completed questionnaires should be submitted via email to the designated Contract Specialist and Contracting Officer prior to the proposal due date. The overall intent of the questionnaire is to ensure that contractors can demonstrate a high level of performance, thereby informing government procurement decisions and promoting accountability in services rendered to the Veterans Affairs Medical Center.
    The document outlines a project for renovating an existing Transitional Care Unit (TCU) into a new Intensive Care Unit (ICU) at the San Francisco VA Medical Center. This renovation includes constructing ten new patient rooms, with specialized features such as airborne infection isolation capabilities and a design aimed at improving visual monitoring from nurse stations. The project involves various engineering disciplines, including architectural, fire protection, electrical, plumbing, and mechanical systems, emphasizing compliance with stringent federal standards and healthcare facility guidelines. Key aspects include detailed work specifications, the necessity for site familiarity by contractors, and coordination with existing safety protocols during the construction process. The renovation aims to enhance healthcare delivery while adhering to infection control measures, as outlined in the project’s ICRA (Infection Control Risk Assessment) plans. Additionally, the project details include critical notes on the operational logistics for construction, contractor responsibilities, and environmental safety regulations, showcasing the VA's commitment to modernizing its facilities for improved patient care.
    The VA San Francisco Healthcare System (VASFHCS) is soliciting proposals for a significant renovation project (Project No. 662-23-101) aimed at modernizing the Intensive Care Unit (ICU) to meet Airborne Infection Isolation Standards. This project includes constructing a new ICU with 10 patient rooms, expandable to accommodate up to 12 patients, incorporating dedicated isolation capabilities and infrastructure enhancements within the hospital's third-floor B-Wing. The construction is expected to impact adjacent clinical areas necessitating strict management of noise, dust, and utility outages. The contract is exclusively set aside for Service-Disabled Veteran Owned Small Businesses, with a project budget estimated between $10 million and $20 million. Proposals are due in alignment with the provided solicitation schedule, with an anticipated award date around May 23, 2025, and a performance timeline of 420 calendar days post notice to proceed (NTP). A pre-proposal site visit will be conducted, and all inquiries must be formally submitted via Requests for Information (RFI). This initiative underscores the VA's focus on enhancing healthcare standards for veterans by investing in essential facility upgrades.
    The document outlines a price breakdown for the renovation of the Intensive Care Unit (ICU) at the VA San Francisco Health Care System, referenced by RFP 36C26125R0009. It details various construction categories, including general requirements, concrete work, metals, woodworking, thermal protection, equipment, plumbing, HVAC, electrical systems, and safety measures. Each division is structured to capture costs associated with materials, labor, and totals. The summary includes further financial considerations such as overhead, profit margins, and insurance costs, culminating in a grand total offer. The systematic division of work ensures clarity in budget management and resource allocation, crucial for governmental RFPs and grants related to healthcare infrastructure improvement projects. This structured approach indicates the project's adherence to detailed federal standards and proper financial oversight within the renovation context.
    The document is a Request for Information (RFI) form intended for use by the federal government, specifically for inquiries related to solicitations, evaluation factors, and technical data. It outlines the accepted methods for submitting questions, emphasizing that all queries must be emailed to a designated contact rather than made by phone. Respondents are instructed to organize their inquiries numerically and include their company name, contact person's details, and date of submission. The form includes space for up to three inquiries but allows for additional queries if necessary. This structured approach aims to streamline communication and clarify the solicitation process, ensuring that participants receive timely and accurate information relevant to proposals. The overarching purpose of this RFI is to gather specific inquiries that can enhance understanding and facilitate better responses to forthcoming government solicitations.
    The San Francisco VA Medical Center is seeking a qualified General Contractor for Project 662-23-101, which involves renovating the Intensive Care Unit (ICU) to meet Airborne Infection Isolation Standards. The renovation will create a modern ICU with 10 patient rooms, including configurations for airborne infection isolation, allowing for up to 12 patients. Work will primarily take place on the 3rd floor of Building 203, with significant focus on managing noise, vibration, and dust due to proximity to clinical areas. The project is expected to span 420 days, commencing post-Notice to Proceed, with an initial 60 days allocated for planning and mobilization. The contractor will utilize the provided Construction Management software, Submittal Exchange, to ensure proper scheduling and reporting. This RFP demonstrates the VA's commitment to improving healthcare facilities while adhering to strict standards and minimizing disruption to existing operations.
    The San Francisco VA Medical Center is soliciting a qualified General Contractor for Project 662-23-101, which involves renovating the Intensive Care Unit (ICU) to meet Airborne Infection Isolation standards. The project entails creating a modern ICU with 10 patient rooms, expandable to 12, including four dedicated Airborne Infection Isolation rooms and two configurable spaces for a potential total of eight isolation patients. The construction is located on the 3rd floor of Building 203, requiring careful management of noise, dust, and vibration to protect surrounding clinical areas. The project period spans 420 days, beginning with an administrative Notice to Proceed to prepare schedules and manage long lead items before the physical work commences. The contractor must submit a Master Project Schedule, adhering to VA procurement guidelines, to manage costs and ensure prompt progress payments. Construction management software will be utilized, with Submittal Exchange being the standard tool provided by the government. This initiative underscores the VA’s commitment to enhancing healthcare facilities while ensuring the safety and well-being of patients during the renovation process.
    The Renovate ICU to Airborne Infection Isolation Standard project at the San Francisco VA Medical Center focuses on upgrading the Intensive Care Unit (ICU) to meet airborne infection isolation standards. The work includes extensive renovations across multiple facility levels, notably levels 2 and 3, necessitating the demolition and relocation of existing equipment, architectural and mechanical enhancements, and strict adherence to safety and infection control measures. The project is managed by a team of qualified professionals from various engineering disciplines, ensuring compliance with federal and local codes. A detailed construction schedule must be established, accounting for minimal disruption to ongoing hospital operations, which function continuously. Clear protocols regarding security, site access, and utilities must be followed throughout the construction process, emphasizing the importance of maintaining an operational environment suitable for patient care. Additionally, all work is subject to rigorous inspections and adherence to warranty management to ensure the project's integrity. The initiative reflects the VA's commitment to modernize its facilities while safeguarding the health and safety of both patients and staff during renovations.
    The document outlines the prevailing wage rates for various construction and heavy labor jobs in specified counties of California under the Davis-Bacon Act. It provides details of wage classifications and rates for different types of workers, including carpenters, electricians, and ironworkers, as well as specialized roles such as diving and dredging operators. The applicable minimum wage is dictated by Executive Orders 14026 and 13658, establishing minimum payment standards based on contract award dates. The document lists specific areas and associated rates for laborers, further differentiated by the nature of work and geographic location. Additionally, it emphasizes compliance with prevailing wages, ensures proper classification for labor, and highlights the significance of adherence to legal requirements regarding worker protection and safe working conditions. This comprehensive wage determination serves as guidance for contracts associated with federal projects and grants, aligning labor compensation with current economic standards while fostering equitable labor practices across the construction industry in California.
    Similar Opportunities
    Improve Patient Experience at VA Palo Alto HCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to improve patient experience at the VA Palo Alto Health Care System through various construction projects. The initiative includes renovations aimed at enhancing security, upgrading restroom facilities, and installing weather protection structures, with a project value estimated between $2 million and $5 million. This procurement is particularly significant as it aligns with the VA's commitment to providing safe and efficient healthcare environments for veterans, emphasizing the importance of maintaining operational integrity during construction activities. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed bids by April 4, 2025, and are encouraged to attend a pre-proposal site visit on March 20, 2025. For further inquiries, potential bidders can contact Corey R. Kline at corey.kline3@va.gov or by phone at 702-791-9000 ext. 13969.
    Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project No. 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a completion timeline of 540 calendar days from the Notice to Proceed. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Interested bidders must submit their electronic proposals by February 25, 2025, with a bid opening scheduled for February 26, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    Renovate Interior Corridors of Building 1, Floors 2 & 3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the interior corridors of Building 1, Floors 2 and 3 at the Miami VA Medical Center. The project, estimated to cost between $5 million and $10 million, involves comprehensive renovations including the replacement of walls, floors, and ceilings, as well as updates to lighting and utility systems, with necessary asbestos abatement. This initiative is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), highlighting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations. Interested contractors must submit their bids by the end of March 2025 and are encouraged to contact Jean O. Pierre at Jean.Pierre1@va.gov for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DA--508-22-105 | 6th Floor CLC 16-Bed Bldg. C
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the 6th floor at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia, to establish a 16-bed Short Stay Community Living Center (CLC). This project, valued between $5 million and $10 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires comprehensive proposals that include past performance, safety records, and pricing details. The renovation aims to enhance healthcare services for veterans by modernizing the facility, ensuring compliance with safety and infection control standards, and completing the work within a 500-day performance period. Interested contractors should contact Ryan Crispin at ryan.crispin@va.gov for further details and must submit their proposals electronically by the specified deadline.
    Renovate PM Shop and Replace Aluminum Canopy Roof Section
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Preventive Maintenance (PM) shop and the replacement of the aluminum canopy roof at the Miami VA Healthcare System. This project, designated as Project Number 546-22-106, involves significant construction activities, including the demolition of existing structures, installation of a new hurricane-rated canopy, and upgrades to equipment and site infrastructure. The initiative underscores the government's commitment to enhancing facilities for veterans while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the contract is specifically set aside for these entities. Interested contractors should note that the estimated project cost ranges from $1 million to $5 million, with a performance period capped at 200 calendar days post-Notice to Proceed. Proposals must be submitted in accordance with the outlined guidelines, and inquiries can be directed to Ana R. Vazquez at ana.vazquez2@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project, identified as 556-23-101, involves extensive construction work, including compliance with health and safety standards, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe, functional environment for veterans. Interested contractors must submit their bids by March 20, 2025, at 10:30 AM CDT, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Z2DA--Renovate Building 6 | NCO 4 Specialized (VA-25-00017047)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of Building 6 at the Wilkes-Barre VA Medical Center, with an estimated construction cost between $1,000,000 and $2,000,000. This project aims to execute a comprehensive design-build overhaul, including architectural, structural, and utility upgrades, while ensuring compliance with health and safety standards and minimal disruption to hospital operations. The procurement process is structured in two phases, prioritizing bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a deadline for Phase I proposals set for February 21, 2025. Interested contractors must adhere to federal wage standards and provide documentation to demonstrate compliance, with all inquiries directed to Contracting Officer Melvin E. Moore at melvin.moore2@va.gov.