C1DZ--612-912 in Mather, CA - Minor Design for Relocation and Incorporation of Patient/Staff Safety for Nuclear Medicine
ID: 36C77624R0135Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS (C1DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the relocation and enhancement of patient and staff safety within the Nuclear Medicine department at the VA Northern California Healthcare System in Mather, CA. The project involves developing complete construction documents, including working drawings and specifications, for an estimated construction cost between $10 million and $20 million, with a focus on integrating advanced nuclear medicine capabilities to improve patient care. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with submissions due by 8:00 AM PT on October 9, 2024, and inquiries directed to Contract Specialist Synekka Bunroth at Synekka.Bunroth@va.gov.

    Point(s) of Contact
    Synekka BunrothContract Specialist
    (216) 447-8300
    Synekka.Bunroth@va.gov
    Files
    Title
    Posted
    The document outlines the requirements for developing and managing a Critical Path Method (CPM) Schedule by the Architect/Engineer (A/E) for a federal project. The A/E must create an accurate CPM Schedule to coordinate and monitor project work, utilizing Precedence Diagramming Method (PDM) to meet contract obligations. Key responsibilities include appointing a qualified CPM Developer, submitting detailed schedules and reports, and updating them monthly to reflect project progress. The A/E must also ensure all work activities are cost-loaded and maintain clear relationships among tasks. Additionally, the A/E is required to conduct risk analysis and mitigation plans to identify and address project risks. The entire process includes a rigorous review and approval system from the Contracting Officer, with specific guidelines for updates, adjustments, and compliance with contractual deadlines. This structured approach emphasizes accountability and thorough documentation, ensuring effective management of federally funded projects within established time and cost parameters, thus reflecting best practices in government contracts and grant management.
    The Program Guide (PG-18-15, Volume C) from the Department of Veterans Affairs outlines the requirements and submission instructions for Architects and Engineers (A/E) involved in Minor and Non-Recurring Maintenance (NRM) construction projects at VA Medical Centers. It delineates comprehensive guidelines for the preparation of schematics, design development, and construction documents. Each project stage requires detailed narratives, calculations, and specifications tailored to various disciplines, including site development, architectural, structural, plumbing, and fire protection. Submission policies emphasize coordination with VA Medical Centers, adherence to design standards, and quality assurance measures to mitigate construction errors. A/E responsibilities include consistent documentation, periodic reviews, and compliance with established schedules, further promoting effective communication. The guide underscores the importance of providing thoroughly assessed materials and conforming to regulatory requirements in the design process. The guidance serves as a roadmap for A/E firms to ensure that their deliverables are completed accurately and in alignment with federal standards, ultimately facilitating the enhancement of services offered to veterans through improved medical facilities.
    The document outlines an RFP related to the addition of nuclear medicine services within specific areas of a healthcare facility, particularly focusing on the departments of Radiology (B700), Emergency (B727), and other related zones (B650, B726). The scope emphasizes the need for integrating nuclear medicine technology to enhance diagnostics and treatment capabilities. It suggests that the initiative is aimed at improving patient care and operational efficiency within these critical areas. Key stakeholders are expected to provide proposals that align with the outlined areas and demonstrate comprehensive plans for implementing nuclear medicine services, ensuring quality and adherence to healthcare regulations. This RFP is part of broader governmental efforts to advance healthcare facilities through targeted investments and improvements, thereby enhancing service delivery at the state and local levels. The document serves as a guidance tool for potential bidders, laying the groundwork for submissions that meet the complex requirements of the healthcare sector.
    The document outlines a request for proposals (RFP) concerning an addition to nuclear medicine facilities within a hospital's radiology and emergency departments. The scope designated identifies various areas labeled B700, B727, B650, and B726, suggesting a structured plan for expansion or enhancement of nuclear medicine capabilities. This improvement aims to better serve patient needs in emergency and specialized radiological contexts. The document serves as a formal call to interested parties to submit proposals that align with the outlined requirements and areas of focus, reflecting a commitment to advancing medical technology and patient care within the healthcare system. This RFP may also indicate federal and state support for healthcare infrastructure improvements.
    The document outlines additions related to Nuclear Medicine within specific areas of a healthcare facility. The scope focuses on the integration of nuclear medicine services and their placement within various departments, such as Radiology (B700), the Emergency Department (B727), and adjacent areas (B650, B726). The intent is to enhance healthcare delivery through improved access and efficiency concerning nuclear medicine practices. This aligns with objectives of government RFPs, which typically aim to optimize health resources and facilities. The establishment of clear designations and operational protocols is essential for achieving such enhancements. Overall, the document emphasizes the strategic positioning of nuclear medicine as a crucial component in modern healthcare infrastructures.
    The file outlines the addition of Nuclear Medicine services to various departments within a healthcare facility, specifically focusing on areas B700 (Radiology and Emergency Department) and B727, B650, and B726. This expansion aims to enhance diagnostic and therapeutic capabilities regarding nuclear medicine, improving patient care and operational efficiency. Key departments are specified to support the initiative, suggesting coordination among radiology and emergency services. The document serves as a reference for potential federal and local requests for proposals (RFPs) and grants, indicating a strategic effort to modernize healthcare offerings through the integration of nuclear medicine, a critical component in advanced medical imaging and treatment planning. The overall emphasis is on expanding facilities and services that align with federal healthcare improvement objectives.
    The document outlines the scope of a project related to the addition of Nuclear Medicine facilities within a healthcare context, specifically indexed under various service areas such as Radiology and the Emergency Department. The areas highlighted include B700, B727, B650, and B726, indicating specific locations or departments where the proposed enhancements may occur. The emphasis is on integrating Nuclear Medicine capabilities alongside existing services, suggesting a collaborative approach to improving patient care through advanced medical imaging and treatment solutions. This initiative appears to be framed within the larger context of federal or state requests for proposals (RFPs) and grants aimed at enhancing healthcare infrastructure, thus aiming to address evolving medical needs and improve the overall efficiency and effectiveness of service delivery in emergency and radiological settings.
    The document outlines a proposal related to the expansion of Nuclear Medicine services within designated radiology and emergency department areas. It emphasizes areas of focus such as B700, B727, B650, and B726, referencing specific spaces within healthcare facilities for the enhancement of medical capabilities. The proposal likely aims to secure funding or support for improving medical technology and infrastructure related to nuclear medicine, which is essential for diagnostic imaging and treatment. The emphasis on various codes suggests a structured approach to categorize and prioritize the project components, aligning with government funding requirements for healthcare improvements. Overall, the initiative aims to augment healthcare services, ensure efficient use of resources, and meet the evolving needs of medical practices.
    The document outlines the proposed addition of Nuclear Medicine facilities within specific areas of a hospital structure, including Radiology (B700) and the Emergency Department (B727). The focus is on enhancing medical capabilities related to Nuclear Medicine, which may involve upgrades to infrastructure or the integration of new technologies. Additionally, locations B650 and B726 are mentioned, likely indicating related areas that will be impacted or require adjustments due to this expansion. The proposal aims to improve patient care through advanced diagnostic and therapeutic services offered by Nuclear Medicine, aligning with broader healthcare objectives. This initiative reflects ongoing efforts in the healthcare sector to modernize and enhance medical facilities to meet current and emerging health demands.
    The document outlines a scope for the addition of Nuclear Medicine services within a healthcare facility, specifically focusing on Radiology and the Emergency Department. The areas highlighted include B700 for Radiology, B727 for the Emergency Department, and several related sections such as B650 and B726. This initiative appears to aim at enhancing the medical capabilities and efficiency of the institution by integrating advanced nuclear medicine practices. The document's structure indicates a systematic approach to expanding healthcare services, potentially linked to federal or state funding avenues, reflecting priorities in medical infrastructure development. Overall, the summary suggests a commitment to improving diagnostic and treatment options within emergency and radiological care settings.
    The document outlines the scope of a proposed addition to the Nuclear Medicine facility, specifically detailing its relationship with various operational areas within a hospital setting. The areas mentioned include Radiology (B700), the Emergency Department (B727), and other related sections (B650, B726). This plan appears to focus on enhancing medical services related to nuclear medicine, potentially involving infrastructure improvements and expansions to accommodate advancements in medical technology and patient care. The concise identification of areas indicates a structured approach to the addition, which aims to integrate new services with existing hospital operations. This initiative aligns with government RFPs and grants aiming to improve healthcare infrastructure and services, emphasizing the importance of modernizing medical facilities to meet current and future health needs.
    The document outlines a proposal for the addition of nuclear medicine services within specific areas of a healthcare facility, including Radiology (B700), the Emergency Department (B727), and other designated spaces (B650, B726). The initiative is likely part of a broader effort to enhance medical capabilities and services provided in those areas. The aim is to integrate advanced nuclear medicine functions into existing healthcare workflows, promoting improved diagnostic and treatment options for patients. The proposal emphasizes the importance of expanding the scope of care, aligning with government health initiatives, and addressing community health needs. As a response to current healthcare demands, this addition reflects the government's commitment to advancing medical technology and patient care.
    The document outlines the addition of nuclear medicine services within specific healthcare departments, including the Emergency Department and Radiology. The focus is on enhancing the capabilities of these areas, specifically referencing the areas B700, B727, B650, and B726. The inclusion of nuclear medicine is aimed at improving diagnostic and treatment options, potentially increasing efficiency and patient care. This initiative may represent a response to the evolving healthcare needs of the community, as well as a strategic investment in advanced medical technologies. By prioritizing nuclear medicine within these departments, the document reflects an intention to elevate the quality of healthcare services available at the local level.
    The VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols outlines essential health and safety protocols for contractor employees working at or visiting VA facilities. Contractors must provide proof of COVID-19 vaccination or, if unvaccinated with an approved exception, a negative test result not older than three days. Documentation must be maintained but not collected by the VA, respecting laws on health information privacy. Contractor employees will undergo daily COVID-19 screenings and may be denied entry if they do not comply. Additionally, those working off-site with direct patient contact are required to self-screen. Contractors must inform the Contracting Officer if performance is affected by employee access issues. For indefinite delivery contracts, compliance with existing federal regulations is required. This document serves as a critical framework for contractors to ensure COVID-19 safety measures while fulfilling contractual obligations with the VA, reflecting the ongoing effort to manage public health risks in federal contracting environments.
    The VHA Directive 1061(2) from the Department of Veterans Affairs outlines the prevention of healthcare-associated Legionella disease and scald injuries due to water systems in VA medical facilities. Issued on February 16, 2021, the directive emphasizes primary prevention methods aimed at areas with elevated risks for Legionella exposure, including buildings with overnight facilities for patients and staff, and specific outdoor non-potable water systems. Key updates include clarifying responsibilities within the Water Safety Committee and enhancing guidelines for environmental testing of water systems. The directive mandates that each applicable facility create a written Legionella disease prevention plan, which must encompass risk assessments, monitoring, and the implementation of engineering controls to inhibit Legionella growth. Responsibilities are detailed for various leadership roles, ensuring compliance, resource availability, and proper management of water systems to mitigate Legionella risks. The directive serves as a comprehensive framework to safeguard the health of veterans and facility staff by reducing the risks associated with Legionella through structured policies and accountability measures. The directive is set for recertification by February 2026, serving as a vital component of the VA's commitment to health safety in healthcare environments.
    The VHA Directive 1192.01 establishes mandatory seasonal influenza vaccination for healthcare personnel (HCP) within the Veterans Health Administration (VHA) to enhance patient safety and reduce influenza transmission. The directive outlines that all HCP are required to receive annual vaccination or seek exemption for medical or religious reasons, with compliance being a condition of employment and possible disciplinary action for violations. The context highlights CDC recommendations and previous low vaccination rates amongst VHA HCP compared to national averages, emphasizing the health risks posed by influenza, particularly to vulnerable populations. The directive details the responsibilities of various officials, including the Under Secretary for Health and VHA facility directors, in implementing and monitoring vaccination programs. It also includes protocols for documentation, training, and communication related to the vaccination process, with specific measures to uphold compliance and address non-compliance. Appendix A outlines procedures for vaccination implementation while Appendix B provides a form for documenting vaccination or exemptions. This directive reflects a robust commitment to health standards within VHA facilities aimed at safeguarding the health of both HCP and the Veterans they serve.
    The VA Northern California Healthcare System has issued an architect-engineer (A/E) design scope of work for a construction project aimed at relocating and improving patient and staff safety within its Nuclear Medicine service at the Sacramento facility. With an estimated construction cost of $13,603,050, the project is crucial for implementing the new theranostic treatment, Pluvicto, designed for prostate cancer patients, who represent a significant number of cancer cases in the area. The design phase involves site investigations and the preparation of comprehensive plans and specifications for an 8,300 square foot addition to Building 700, which will facilitate the relocation of Nuclear Medicine services from its current location. The work is divided into two parts: Design Phase services and optional Construction Period services. The project also requires adherence to specific VA design criteria and coordination with multiple stakeholders, including completion of necessary environmental assessments. A strong focus is placed on compliance with physical security and telecommunications standards throughout the design process. The timeline for the design phase is set at 435 calendar days, with various submittal milestones to ensure timely progress and compliance with VA guidelines. The overarching goal is to ensure a functional, usable facility that aligns with federal regulations and enhances care for veterans while mitigating potential costs associated with outsourcing the treatment.
    The Veterans Health Administration (VHA) Program Contracting Activity Central is evaluating a contractor for the EHRM Training and Admin Support Space Design project at the Bruce W. Carter VA Medical Center in Miami, FL. This document serves as a Past Performance Questionnaire (PPQ), which collects information about the contractor's performance on previous projects. The contractor must provide details about their past work, including project description, contract details, and their role in execution. Evaluators are responsible for assessing the contractor’s performance across several categories: quality, schedule adherence, communication, management effectiveness, cost management, and subcontractor oversight. Each section includes a rating scale from "Outstanding" to "Unsatisfactory," allowing evaluators to express their opinions on the contractor's capability and reliability. The evaluations will inform future contract awards, ensuring only competent firms are selected for government projects. The PPQ is integral to the RFP process, emphasizing the importance of past performance as a predictive measure for contract success and providing feedback that can enhance contractor operations within federally-funded projects. Evaluators' insights will shape the final decision regarding contract awards and alignment with federal standards.
    The document outlines the Wage Determination No. 2015-5631, Revision No. 22, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It mandates minimum wage rates applicable to federal contracts, indicating that workers must earn at least $17.20 per hour for contracts effective after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The determination specifies wage rates for various occupations in California, including administrative, automotive, food service, and health-related roles, each accompanied by specific hourly rates. Additionally, it details fringe benefits such as health and welfare, vacation, and paid holidays, affirming compliance requirements for contractors regarding employee compensation. It references Executive Order 13706 regarding paid sick leave for federal contractors. The document serves as a comprehensive guide for contractors, outlining wage standards, requirements, and processes for classifying unlisted occupations, emphasizing the government's efforts to ensure fair labor practices and worker protections within federal contracts. It provides essential information pertinent to government RFPs and grants across state and local levels, ensuring compliance among contractors serving federal contracts in California counties.
    Similar Opportunities
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    C1DA--New Radiation Oncology Design Lexington 596-335
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for a new Radiation Oncology Building at the Franklin R. Sousley VA Medical Center in Lexington, Kentucky. The project, estimated to cost between $10 million and $20 million, aims to enhance cancer care services for veterans and requires comprehensive architect-engineering services, including feasibility studies, design documentation, and construction support. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with qualifications due by 5:00 PM ET on October 16, 2024, and the anticipated award date in late January 2025. Interested firms must submit their qualifications via Standard Form 330 and can direct inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    C1AZ--640-421 in Menlo Park, CA - Minor Design for New Police Annex
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide minor design services for the construction of a new Police Annex facility at the Menlo Park Division in California. The project aims to deliver comprehensive architectural and engineering services for a facility not exceeding 6,200 Gross Square Feet (GSF), with a budget capped at $8 million, emphasizing sustainability and compliance with building codes. This initiative is crucial for enhancing public safety resources within the VA system, and interested parties must submit their proposals by September 23, 2024, at 8:00 AM PT. For further inquiries, potential bidders can contact Contract Specialist Synekka Bunroth at synekka.bunroth@va.gov or 216-447-8300 x11386.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.
    Y1DB--Radiation Oncology Lab Renovation (Oct)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of the radiation oncology laboratory at the Richmond VA Medical Center in Virginia. The project requires a contractor with expertise in comprehensive construction services, including demolition, construction management, and project closeout, with an estimated cost between $2 million and $5 million. This renovation is crucial for enhancing the facility's capabilities in providing quality care to veterans. The solicitation is expected to be issued on October 1, 2024, with bids due by October 31, 2024. Interested contractors must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in the System for Award Management (SAM), and are advised that no paper copies of the solicitation will be provided. For further inquiries, potential bidders can contact Contracting Specialist Aaron Holmes at aaron.holmes@va.gov or (757) 722-9961 x8845.
    C1DA--Building 5 Addition Minor Design - Memphis, TN 614-324
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the construction of an addition to Building 5 at the Lt. Col Luke Weathers, Jr. VA Medical Center in Memphis, TN. The project aims to relocate administrative space and requires the development of complete construction documents, including working drawings, specifications, and reports, with an estimated construction cost between $10 million and $20 million. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of compliance with federal regulations and VA standards throughout the design and construction phases. Interested firms must submit their SF 330 qualifications by 3:00 PM ET on October 2, 2024, to Contract Specialist Hope Sigala at Hope.Sigala@va.gov, with the anticipated award date in early January 2025.
    C1MZ--652-24-101 Improve Electrical Distribution (A/E Contract)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to improve electrical distribution at the Richmond VA Medical Center in Virginia. The project aims to enhance emergency power distribution to critical areas such as operating rooms, ICU headwalls, and the Emergency Department, requiring comprehensive design services that include site investigations, schematic design, and construction documentation. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract value estimated between $2 million and $5 million, and a design completion period of 280 calendar days following the Notice to Proceed. Interested firms must submit their qualifications via electronic SF 330 forms to Contract Specialist Robert J Ragos by September 27, 2024, and are encouraged to confirm receipt of their submissions.
    C1DA--AE-NRM-663-22-105 Hood Control System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Hood Control System project at the VA Puget Sound Healthcare System in Seattle, Washington. The project involves the decommissioning, demolition, and replacement of the hood control and exhaust system for approximately 30 laboratory fume hoods, with an emphasis on upgrading to a digital control system while ensuring compliance with safety and seismic requirements. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $1 million and $2 million, and the submission deadline for qualifications is October 14, 2024. Interested firms should direct inquiries to Contract Specialist James Hawkins at james.hawkins6@va.gov or (360) 553-7612.
    C1DZ--Create Ambulatory Surgery Center Minor Design - Boise 531-327
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design of a new Ambulatory Surgery Center at the Boise VA Medical Center in Idaho. The project entails a comprehensive architectural and engineering design to expand approximately 12,800 square feet to Building 88, ensuring compliance with VA standards and current building codes, particularly seismic regulations. This initiative is crucial for enhancing healthcare facilities for veterans, with an estimated construction budget ranging from $20 million to $50 million and an anticipated contract award date in February 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by September 23, 2024, and can direct inquiries to Contract Specialist Kara Evert at kara.evert@va.gov or (216) 447-8300.
    C1DA--673-107 Purchase Residential Treatment Center Minor Design - Tampa
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Purchase Residential Treatment Center Minor Design project located in Hudson, Florida. The objective is to develop complete construction documents, including working drawings and specifications, for the renovation and expansion of a facility that supports veterans with Substance Use Disorder (SUD), enhancing safety features and adding approximately 4,100 square feet of support space. This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction budget between $10 million and $20 million, with the anticipated award of the contract expected by late January 2025. Interested firms must submit their qualifications via the SF 330 form by 2:00 PM ET on September 17, 2024, to Contract Specialist Amanda Webster at Amanda.Webster@va.gov.