Z1DA--523A4-CSI-221 Naeotom Alpha CT
ID: 36C24124R0101Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for a Design-Build contract to replace the existing CT scanner with a new Naeotom Alpha Photon system at the VA Medical Center in West Roxbury. The selected contractor will be responsible for providing architectural and engineering services, including site preparation, selective demolition, and upgrades to essential systems such as plumbing, electrical, and HVAC, while ensuring compliance with all relevant codes and safety measures. This project is crucial for enhancing healthcare delivery infrastructure and ensuring that the facility meets modern medical equipment standards. Proposals are due by October 28, 2024, with an estimated project cost ranging from $2 million to $5 million, and interested parties can contact Chelsea L Rodrigue at chelsea.rodrigue@va.gov for further information.

    Point(s) of Contact
    Michael MullerContracting Officer
    (603) 624-4366
    Michael.Muller@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines an upcoming Request for Proposal (RFP) for a Firm-Fixed-Price Contract related to the installation of a CT Naeotom Alpha Photon system at the Boston VA Medical Center, West Roxbury. The project requires a Design-Build Contractor to execute site preparation, demolition, renovation, and upgrades necessary for the new equipment’s installation, while adhering to the Statement of Work, relevant codes, and safety measures. The project has an estimated value between $2,000,000 and $5,000,000 and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract period is 470 calendar days from the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and meet specific requirements, including providing a bid bond. The RFP is to be released after September 5, 2024, with all associated documents available on the SAM website. This notice serves to inform potential bidders about the upcoming procurement opportunity and the specific requirements attached.
    The Department of Veterans Affairs is soliciting proposals for a Design-Build contract to provide architectural and engineering services, along with construction activities for the installation of new CT Naeotom Alpha Photon equipment at the VAMC West Roxbury campus. The project requires contractors to prepare the site, upgrade existing utilities, and ensure compliance with relevant codes and standards. The timeline for project completion is set at 470 calendar days following the notice to proceed. The estimated project cost ranges from $2 million to $5 million, and it is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals will be evaluated through a two-phase process, focusing on technical qualifications rather than price in Phase 1, where a maximum of five firms will be shortlisted. The deadline for submission of Phase 1 proposals is October 28, 2024. Offerors must ensure accurate representation of their past performance, experience, and technical approaches to meet requirements. Compliance with federal wage determinations and adherence to specific bidding guarantees, including bid and performance bonds, is mandatory. This solicitation underscores the VA's commitment to enhancing healthcare facilities while promoting veteran business participation.
    The project aims to replace the existing CT scanner with a new CT Naeotom Alpha Photon system at the VA Medical Center in West Roxbury. The Design-Build Contractor is tasked with providing architectural and engineering services, including site preparation, selective demolition, renovations, and upgrades of essential systems such as plumbing, electrical, and HVAC. The upgrades involve reconfiguring adjacent spaces to accommodate the new equipment while ensuring compliance with federal, state, and local codes. The process necessitates careful coordination with the VA Contracting Officer's Representative and adherence to safety, infection control, and noise control measures. All work must respect existing life safety systems. The contractor is also responsible for obtaining necessary permits and ensuring quality control throughout the project duration of 470 calendar days. Effective communication regarding testing, inspections, and submittals is paramount to maintain the project’s schedule and to meet VA standards. This initiative underscores the VA's commitment to enhancing healthcare delivery infrastructure, providing necessary upgrades to meet modern medical equipment standards while prioritizing patient safety and operational efficiency.
    The document outlines a Request for Proposal (RFP) for a Design-Build contract focused on the design and construction of the CT Naoeotom Alpha Photon WX project at the VA Boston Healthcare System. The contractor is responsible for providing all necessary labor, materials, and services, adhering to infection control protocols, and submitting shop drawings and as-built documents. Key project requirements include obtaining necessary permits, conducting pre-proposal site visits, and addressing infection prevention measures. The evaluation process comprises two phases: Phase I assesses experience, technical approach, and past performance, while Phase II focuses on technical and price proposals. The contractor's project management team must demonstrate qualifications and effective coordination across various disciplines. Incorporated references and strict security and safety compliance are emphasized throughout the project, alongside stringent submission requirements for proposals. This RFP reflects the government's commitment to ensuring high-quality healthcare facility upgrades while maintaining rigorous standards in safety and operational integrity.
    The VHA Infection Control Risk Assessment (ICRA) outlines essential guidelines for infection prevention during construction, renovation, and maintenance within healthcare facilities. It categorizes activities based on their potential impact on patient safety and assigns corresponding levels of precautions (I-IV). The document emphasizes that higher risk activities require stricter control measures to minimize infection risks, particularly in areas with high patient vulnerability. Specific precautions include maintaining cleanliness, controlling airborne dust, utilizing barriers and anterooms for high-risk activities, and employing HEPA filtration systems to ensure negative pressurization. The assessment also mandates a comprehensive evaluation of patient risk related to adjacent areas and reinforces that projects must be planned in conjunction with other safety assessments. The document serves as a crucial resource for healthcare facilities to align with federal standards while conducting construction activities, ensuring that patient safety and infection control are prioritized throughout the process. This systematic approach to infection risk management reflects a commitment to safeguarding public health during necessary facility improvements.
    The document is a compilation of information pertaining to federal and state/local RFPs (Requests for Proposals) and grant opportunities. Its primary focus is on the processes, requirements, and relevant data necessary for organizations to apply for funding and contracts. It outlines the criteria for submission, eligibility requirements, and what constitutes a complete application package, emphasizing the importance of adhering to guidelines to secure financial assistance. Key points include descriptions of eligible projects, funding limits, key deadlines, and the application evaluation process. Additional details about compliance with applicable regulations and laws are also highlighted, reiterating the need for transparency and accountability in the usage of allocated funds. The document serves not only as a guide for prospective applicants but also emphasizes the government's commitment to supporting various sectors through strategic funding initiatives that aim to drive community development, economic stability, and project innovation. This analysis attempts to encapsulate the essence of the opportunities available and the framework through which they are governed, ensuring all familiar with the RFP process can navigate it effectively.
    The PAST PERFORMANCE QUESTIONNAIRE is a structured document used to evaluate contractors involved in government projects, focusing on their performance metrics. The questionnaire gathers essential information about the contractor, including names, contract details, and the scope of services provided. Key evaluation factors include the quality of work, personnel, cost control, customer satisfaction, timeliness, and overall performance. Each area receives an adjectival rating from Unsatisfactory to Exceptional, supplemented by mandatory comments that justify these ratings. This evaluation helps ascertain the contractor's ability to meet contract requirements and assess their reliability for future RFPs. The scoring system also emphasizes the importance of client responsiveness and management effectiveness. Ultimately, this document plays a critical role in the decision-making process for awarding future contracts by ensuring contractors meet established performance standards.
    The document serves as a cut sheet detailing the spatial and basic architectural, electrical, structural, and mechanical requirements for the NAEOTOM ALPHA imaging equipment produced by Siemens Medical Solutions USA, Inc. It primarily acts as a reference during the pre-planning stage of equipment installation, clearly stating that the information provided may change without prior notice and is not site-specific. Compliance with federal, state, or local regulations during the installation process is the responsibility of the customer, emphasizing the importance of adhering to all applicable requirements. The cut sheet includes specifications spread across several pages, although specific details are not furnished within the provided text. Overall, this document is significant for stakeholders involved in the planning and installation of this medical imaging equipment, ensuring that necessary guidelines and space considerations are acknowledged to facilitate a compliant and effective setup.
    The document consists of several references to NAEOTOM ALPHA, which appears to be structured into various sections identified by alphanumeric codes (A-101, A-102, S-101, S-102, E-101, E-102, M-101, M-101-A). Each section is marked as a "reference document" with a recurring warning that it is "not for construction." While the precise details and content of each reference are not provided, the consistent notation suggests that these documents serve as foundational or preparatory materials related to specific projects or proposals. They may pertain to requests for proposals (RFPs) or grants at the federal or state/local levels, aimed at informing stakeholders about project parameters. This structured format implies an organized approach to documentation, potentially facilitating project management or compliance with regulatory standards. The lack of detailed information points to the preliminary nature of these documents, emphasizing the need for subsequent elaboration or clarification before any construction or active development can proceed.
    The document outlines the spatial allocations and room designations within a healthcare facility, detailing floor plans and measurements for various spaces. Key areas include CT scan rooms, waiting areas, offices, holding areas, and consult rooms, with specific square footage provided for each. Notably, the CT scan room (GB-102) has an area of 422 SF, while the EEG room (GD-123A) and several consultation rooms vary in size, indicating a well-structured layout for medical services. Additional facilities such as closets, electric rooms, and a corridor are also listed, contributing to the overall organization of the space. This document appears to serve as an internal resource, potentially related to RFPs or federal grants, to facilitate future renovations or allocations of medical resources, ensuring the efficient use of space and compliance with healthcare standards. As part of integrated project planning for healthcare infrastructure, it prioritizes the proper management of medical environments for improved patient care and operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the renovation and upgrade of the Angio Operating Room Suite at the Providence Veterans Affairs Medical Center in Rhode Island. The project aims to modernize healthcare facilities, ensuring compliance with safety and infection control standards while enhancing operational efficiency for veteran care. This initiative is part of the VA's broader commitment to improving medical infrastructure, with a project duration of 240 days and a proposal due date extended to October 7, 2024, by 1:00 PM EST. Interested contractors should contact Contracting Officer Ronald B. Fantasia III at Ronald.Fantasia@va.gov for further details and to submit their proposals.
    Y1DZ--VHA Minor Construction - Project 650-318 - New Otis CBOC for Providence VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the construction of a Replacement Outpatient Clinic at the US Coast Guard Air Station in Cape Cod, Massachusetts, under solicitation number 36C77624R0087. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance healthcare services for veterans by providing a modern facility equipped with essential medical and support services. The estimated project budget ranges from $10 million to $20 million, with a current funding cap of $16.5 million, and proposals must be submitted electronically by October 3, 2024. Interested contractors should contact Contracting Officer William D. Henkel at william.henkel@va.gov for further details and to ensure compliance with all submission requirements.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. The project entails the removal of existing expansion joints and the installation of new epoxy expansion joints, along with necessary flooring repairs in designated tunnel areas. This initiative is crucial for maintaining the structural integrity and safety of the facility, reflecting the government's commitment to enhancing services for veterans while supporting veteran-owned businesses. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should note that the estimated construction cost ranges from $500,000 to $1 million, with a bid bond requirement of at least 20% of the bid price, not exceeding $3 million. The invitation for bids is expected to be issued around October 9, 2024, and all relevant documents can be accessed via the SAM.gov website. For further inquiries, potential bidders may contact Contract Specialist Scott Doucette at scott.doucette@va.gov or by phone at 978-833-6051.
    6525--May 2024 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment (HTME) and extended installation services, including turnkey operations, as part of the May 2024 Consolidation initiative. The procurement aims to enhance the quality of care in VA facilities by acquiring advanced imaging technologies and ensuring their proper installation and functionality. This initiative is crucial for modernizing medical equipment and infrastructure, thereby improving patient safety and care standards. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov. The estimated contract value exceeds $2 million, with awards expected by late February 2025.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as Project 529-22-101. The procurement aims to select a contractor to provide comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and regulatory standards. This project is critical for maintaining operational efficiency and safety within the facility, ensuring that services to veterans are not disrupted during the upgrade process. Proposals must be submitted electronically by November 1, 2024, at 3:00 PM EST, with an estimated contract value between $5 million and $10 million. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance the Sterile Processing Services, which is critical for maintaining infection control and supporting surgical operations within the facility. The project involves comprehensive construction activities, including demolition, installation of new systems, and upgrades to existing infrastructure, all while adhering to strict safety and health regulations due to the active medical environment. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by October 22, 2024, and can direct inquiries to Contract Specialist David S. Sterrett at david.sterrett@va.gov. The estimated contract value ranges between $10 million and $20 million.
    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.
    C1DZ--652-323 Improve Surgical Access (Construction) (VA-24-00021839)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a construction project titled "C1DZ--652-323 Improve Surgical Access" at the Richmond VA Medical Center in Virginia. The project aims to expand and modernize surgical operating facilities, including the construction of approximately 16,000 square feet to accommodate advanced operating rooms and support spaces, with an estimated cost between $10 million and $20 million. This initiative is crucial for enhancing healthcare infrastructure and ensuring compliance with contemporary surgical standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by October 29, 2024, at 12:00 PM EDT, and are encouraged to attend a mandatory site visit on October 8, 2024. For further inquiries, contact Contract Specialist Arianne De Los Reyes at Arianne.DeLosReyes@va.gov or Jennifer L. Salerno-Diciuccio at jennifer.salerno-diciuccio@va.gov.