692-CSI-101 New MRI Site Prep
ID: 36C26024R0018Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks contractors for two projects to prepare new MRI sites. The firm-fixed-price contract's scope involves construction services for the White City SORCC and Portland VA Medical Center in Vancouver. Offerors should submit pricing details for the required site preparation work, with visits scheduled prior to the submission deadline. Key dates include a site visit in July and an August deadline for proposals. The government plans to award the contract within 90 days of the submission deadline. Offerors should provide current representations and certifications, including those related to telecommunications services and equipment, responsibility matters, and arms control treaties.
    The government issues Amendment 0001 to solicitation RFP 36C26024R0018 for Project 692-CSI-101, New MRI Site Prep. This amendment extends the proposal due date to August 8, 2024, and confirms that all other terms and conditions of the original solicitation remain in effect. Notably, the project aims to prepare a new MRI site at the White City SORCC location. Vendors must acknowledge receipt of this amendment by the specified deadline, or their offers may be rejected. The amendment also clarifies that no non-VA personnel attended the site walks, and the pre-bid conference minutes are unnecessary to disseminate.
    The government issues this amendment to extend the proposal due date, update solicitation set-aside details, and revise clauses and specifications. The objective remains focused on preparing two sites, Portland VA Medical Center and White City SORCC, for new MRI installations. Offerors must RSVP for organized site visits and submit any questions by the specified dates. The proposal submission deadline is extended to September 9th, 2024. This amendment shifts the solicitation from a Service-Disabled Veteran-Owned Small Business set-aside to a total Small Business set-aside. Several clauses are removed or updated, including representations and certifications, pollution prevention, and aerosol and foam regulations. New clauses are integrated, emphasizing a drug-free workplace and banning text messaging while driving. The evaluation criteria are adjusted accordingly. Critical dates include the site visit RSVPs and the proposal submission deadline. This amendment does not alter the core requirement for MRI site preparation services.
    This government document serves as an amendment to a solicitation, specifically withdrawing a small business set-aside and rendering the solicitation full and open to all bidders. The amendment extends the due date for proposals to September 20, 2024, and outlines additional site visit schedules at specified locations. All inquiries from bidders must be submitted by September 13, 2024. The amendment adds several FAR and VAAR clauses pertinent to small business subcontracting requirements. Additionally, offerors must submit a subcontracting plan as part of their proposals, although these plans will be assessed only during the responsibility determination phase for potential awardees. The document highlights wage determination applicability and sets forth the Department of Veterans Affairs’ small business procurement goals for FY2024, detailing expectations for subcontracting with various categories of small businesses. The overall purpose is to facilitate an inclusive bidding process while ensuring compliance with federal procurement regulations.
    The government seeks to relocate an existing MRI modular building, requiring site preparation services. The project entails significant civil work, including demolition, clearing, and utility disconnection. Temporary security fencing is mandated for the site's perimeter. Detailed instructions are provided for erosion control and sedimentation measures to manage environmental impacts. The scope encompasses site grading, utility adjustments, and the installation of a temporary construction entrance. For the structural realm, the emphasis is on structural steel construction, with stringent requirements for materials, connections, and anchorages. The steel structure must adhere to stringent codes and standards, including seismic provisions. The contractor is responsible for means and methods of erection, with specific guidelines for steel welding and bolting connections. Additionally, the project calls for concrete work, with details on cement concrete paving and specifications for subgrade preparation. No information on procurement specifics, contract details, or timelines was provided. However, the document offers a comprehensive overview of the project's structural requirements, indicating a focus on robust and regulated construction.
    The government seeks to procure construction services for building projects in Washington's Clark and Skamania Counties. These services encompass various skilled trades, including carpenters, electricians, plumbers, roofers, and laborers, with a focus on paying prevailing wages. The project involves construction types such as ductwork, piping, and mechanical systems. Contractors must adhere to wage rates specified in the file, which differ across trades and are adjusted annually. Key dates include the publication date of 05/24/2024 and the general decision number WA20240120. This file primarily outlines the applicable wage rates rather than a specific project scope, with the aim of ensuring fair pay for workers involved in these government-contracted construction projects.
    The Small Business Subcontracting Plan document outlines guidelines for formulating a subcontracting plan in compliance with FAR 52.219-9(d) for federal contracts. It emphasizes the requirement for contractors to include specific data regarding projected subcontracting goals for both small and large businesses over defined contract periods. The plan must identify types of businesses to be subcontracted, set measurable goals for subcontracting with various categories of small businesses, and document efforts to ensure equitable opportunities for these businesses. The document also details methods for evaluating goals, identifying potential sources, and maintaining records. Additionally, it mandates the integration of reporting, compliance, and communication protocols to ensure good faith efforts toward subcontracting, including the use of the Electronic Subcontracting Reporting System (eSRS). The ultimate aim is to enhance small business participation in government contracts, thus fostering economic growth and diversity. The plan serves as a critical tool for accountability in utilizing small and disadvantaged business concerns within federal contracting frameworks.
    The Department of Veterans Affairs seeks a contractor for the MRI Site Preparation Project at the VAMC White City Medical Center in Oregon. The project involves extensive site preparation work, including demolition, removal of existing structures, and improvements to the surrounding area. Contractors are required to adhere to strict safety and security protocols, with a focus on minimizing disruption to the medical center's operations. The scope entails concrete work, structural steel framing, carpentry, thermal and moisture protection, finishes, and the installation of various systems. Notably, the project specifies seismic restraint requirements and the integration of communications and security systems. Contractors must provide detailed plans for phasing the work to ensure uninterrupted medical center operations. The RFP outlines extensive survey and layout requirements, warranting management procedures, and provisions for temporary use of mechanical and electrical equipment. The estimated value of the contract is in the millions, and the project timeline spans several months. Critical dates and submission deadlines are outlined in the RFP, with a emphasis on the need for timely responses and efficient project execution. The evaluation of proposals will consider factors such as technical merit, past performance, and cost.
    The state of Oregon seeks contractors for multiple building construction projects across Jackson and Josephine Counties. The focus is on various craft workers and operators for specific roles. These include bricklayers, electricians, plumbers, painters, and operators of heavy equipment like excavators and cranes. The wage rates offered range from $20.30 to $58.82 per hour, with additional fringes ranging from $0.00 to $24.20. Executive Orders 14026 and 13658 mandate that contractors pay workers a minimum hourly rate of $17.20 and $12.90, respectively, ensuring fair wages. The procurement process seems to be divided into multiple phases, with numerous wage determination dates and publication dates. Interested parties can appeal decisions regarding wage determinations, following a detailed process outlined in the files. Key dates include publication date milestones: 01/05/2024, 01/19/2024, 02/02/2024, 04/12/2024, and 07/19/2024.
    The government seeks a contractor to execute a complex project involving site preparation and the installation of MRI units at two VA medical centers. The primary objective is to prepare sites in White City and Vancouver for the placement of manufactured structures housing MRIs, requiring soil preparation, road adjustments, and the coordination of removing and transporting an MRI unit from Vancouver to White City. The project has detailed specifications, including obtaining specific permits and adhering to stringent timelines. The contractor must complete the site preparation within 90 days of receiving the Notice to Proceed (NTP) for each site. The work entails obtaining permits, altering sites, and installing a manufactured double-wide trailer and modular MRI unit in White City, while also arranging the safe removal and transportation of the MRI from Vancouver. Key dates include the issue of the LNTP, which has already occurred, and the estimated NTP2 in February 2025. The government will evaluate proposals based on factors like technical merit, past performance, and cost, with the primary focus on the contractor's ability to execute the specialized site preparation and coordination required for this project.
    The Washington State government seeks to procure construction services for building projects in Clark and Skamania Counties. These services encompass a wide range of specialties, including carpentry, drywall hanging, electrical work, and plumbing. The focus is on ensuring fair wage practices, with rates specified for each specialty, reflecting union rates, survey rates, or state-adopted rates. The procurement aims to engage multiple skilled contractors and laborers to work on these construction projects while adhering to strict wage guidelines. The file provides detailed wage rates and identifiers for various classifications of workers, encompassing union, survey, and state-adopted rates. These rates are accompanied by specific work types, such as concrete finishing or ductwork. This comprehensive list ensures that all workers are compensated fairly and in accordance with prevailing wage laws. Interested contractors must submit their proposals by the specified deadline, after which the evaluation process will commence. The state will rigorously assess the submissions based on the provided criteria, focusing on the offered rates and the applicability of the specified wage determination. This process aims to uphold the government's commitment to equitable labor practices and to engage suitable contractors for these construction projects.
    The state of Oregon seeks contractors for multiple construction projects across Jackson and Josephine Counties. The focus is on building construction, excluding single-family homes and low-rise apartments. The projects are subject to the Davis-Bacon Act, which sets minimum wage requirements. Contractors must adhere to specified hourly rates for various roles, which are divided into alphabetical classifications and updated periodically. These roles include bricklayers, electricians, operators of heavy equipment, ironworkers, and laborers. The wage rates range from $16.80 to $58.82, with fringes ranging from $2.31 to $33.70. Key dates include publication on 01/05/2024, submission deadline on 01/19/2024, and a projected start date of 04/12/2024. Contractors must conform to the outlined wage rates and are encouraged to review the wage determination appeals process. This information is available on SAM.gov, with further details on specific projects and evaluation criteria.
    The Department of Veterans Affairs plans to procure Magnetic Resonance Imaging (MRI) services for two VA medical centers. The primary objective is to prepare a site in White City, Oregon, for a new MRI and coordinate the removal and relocation of an existing MRI from Portland to the White City site. The MRI equipment involved is manufactured by GE Healthcare, which also maintains the existing service contract for the MRI. Due to the specialized nature of the work and the need to comply with VA regulations, the government intends to sole-source the de-installation, installation, inspection, and certification of the MRI to GE Healthcare. The agency requires these services to ensure the continued functionality and warranty coverage of the MRI during and after its relocation. The work scope includes de-installation, transport, reinstallation, and the conduct of necessary inspections and certifications. This partial sole-source arrangement will allow other aspects of the larger project to be competed among Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), maximizing opportunities for small businesses. The contracting officer justifies the use of other than full and open competition based on the availability of only one responsible source, citing relevant statutory authority. The fair and reasonable cost for the GE Healthcare services will be determined at the award stage. Market research has been conducted, and the anticipated cost for the sole-source work is estimated based on architect and engineer assessments. Key dates and evaluation criteria are not explicitly mentioned in the provided information.
    The government agency seeks a contractor for fixed-price services related to preparing a new MRI site. The primary focus is on line items, with strict pricing requirements: all costs for work under NTP1, NTP2, and base preparation are included. Offerors must provide detailed pricing for these services, with quantities and unit measures specified. The scope involves significant site preparation work, with all associated costs included in the fixed price. The contract period is not explicitly mentioned, but item numbers and quantities are provided. This information is crucial for vendors to calculate totals and submit compliant proposals.
    The Offeror Technical Experience attachment seeks to assess the technical expertise and relevance of an offeror's past projects. It requests details on the offeror's past contracts, focusing on project timelines, values, and descriptions. The aim is to gauge the offeror's ability to execute the solicited project effectively. This information is crucial for evaluating the offeror's competency and understanding of the project's scope and complexity. Offerors are required to provide a narrative highlighting the relevance of their past work, any challenges encountered, and their corrective actions. This allows the evaluating entity to assess the offeror's problem-solving skills and determination. The attachment also inquiries about the involvement of subcontractors in previous projects. Overall, this attachment helps evaluate the offeror's technical capabilities and experience, ensuring a competent selection for the solicited project.
    The primary focus of this file is an assessment of an offeror's past performance. The document requires the offeror to provide references and contact information for clients who can vouch for their previous work. The specified project names and customer points of contact allow for direct communication with the referenced clients. This information is crucial as unreachable references could lead to disqualification. The relevancy of each referenced project to the current requirement is also evaluated. This thorough approach ensures a comprehensive evaluation of the offeror's past experience, enabling a neutral or positive performance rating.
    The procurement objective of this government agency is to acquire a comprehensive range of services for maintaining and managing its vast campus. The scope includes grounds keeping and landscape management, with specific attention to duck ponds, picnic areas, and gardens. Additionally, the agency seeks to enhance its recreational facilities by procuring services for a ropes course and tennis courts. The focus is on creating an engaging and therapeutic environment for patients and visitors. Some of the key requirements include experience in managing large-scale facilities, with particular attention to native plant care and sustainability practices. The agency emphasizes the importance of accessibility and safety in all proposed solutions. The contract, valued at around $750,000, is expected to be awarded based on a combination of factors, including cost, technical expertise, and past performance. Proposals are due by November 15th, and the agency aims to have the selected vendor in place by the beginning of the new fiscal year.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide mobile MRI services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The contractor will be responsible for delivering all necessary management, labor, equipment, and supplies, including a mobile MRI unit, while ensuring compliance with safety and quality standards. This procurement is particularly significant as it aims to enhance healthcare services for veterans, with a contract value of approximately $19 million for a one-year base period, plus an option for an additional year. Interested parties should contact Carrie A. Deswarte at carrie.deswarte@va.gov for further details, with the anticipated period of performance starting on October 1, 2024.
    Lease of MRI Equipment and Modular Building
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to lease a 1.5 Tesla MRI scanning system and a modular building for the Fort Harrison VA Medical Center in Montana. The procurement aims to enhance healthcare services for veterans by providing advanced imaging capabilities and ensuring the equipment meets specific technical and operational requirements, including a commitment to 95% uptime and compliance with safety standards. The contract will cover a base year with four optional renewal years, and interested parties must contact Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 for further details, including participation in a site visit scheduled for September 10th at 10 AM.
    Amendment to Lease of MRI Equipment & Modular Building
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of MRI equipment and a prefabricated modular building at the Fort Harrison VA Medical Center in Montana. This procurement includes the installation of a functional MRI system, which is expected to be operational by May 1, 2025, following site preparation and installation, along with a minimum of 80 hours of training for the system. The initiative is part of the VA's commitment to enhancing healthcare services for veterans, ensuring that modern medical facilities are available to meet their needs. Interested vendors should submit their proposals by September 17, 2024, and can contact Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 for further information.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    Z2DA--653-21-102 Bldg. 3 Seismic Retrofit and Renovation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the seismic retrofit and renovation of Building 3 at the Roseburg VA Medical Center in Oregon. This project, designated as 653-21-102, aims to modernize the facility while ensuring compliance with safety and accessibility regulations, including the installation of new mechanical systems, structural enhancements, and energy-efficient upgrades. The initiative is particularly significant as it reflects the government's commitment to improving healthcare infrastructure for veterans, with a contract value estimated between $10 million and $20 million. Proposals are due by September 16, 2024, with a mandatory site visit scheduled for August 30, 2024; interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project requires comprehensive inspections of life/safety support devices, including smoke and heat detectors, in accordance with National Fire Protection Association (NFPA) standards. This initiative underscores the importance of maintaining safety measures in healthcare facilities, particularly those serving veterans, and is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a total award amount of $41.5 million. Interested parties must submit their quotes by September 17, 2024, and direct any questions to Brian Millington at brian.millington@va.gov by September 13, 2024.
    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.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to perform inspection, cleaning, and testing of fire safety dampers and detectors at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract requires compliance with various National Fire Protection Association (NFPA) standards and includes a comprehensive inventory of fire and smoke detection systems across multiple buildings, as detailed in the attached documentation. This initiative underscores the VA's commitment to maintaining a safe environment for both staff and patients while promoting veteran entrepreneurship. Interested parties can contact Brian Millington at brian.millington@va.gov for further details, with an estimated contract value of $41.5 million and a performance timeline of 18 calendar days starting 30 days post-award.