SOLICITATION NOTICE
Z -- Correct Reusable Medical Equipment Storage PN: 589A4-24-101
- Notice Date
- 6/20/2025 1:08:50 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525R0114
- Response Due
- 8/8/2025 12:00:00 PM
- Archive Date
- 11/06/2025
- Point of Contact
- James Petrik, Contract Specialist, Phone: 913-946-1136
- E-Mail Address
-
james.petrik@va.gov
(james.petrik@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY PRESOLICITATION NOTICE- 36C25525R0114- Correct Reusable Medical Equipment Storage, 589A4-24-101 Scope of work: The General Description: The project has two primary aspects to the scope of work. The first is to identify and correct HVAC deficiencies in 33 rooms used for Reusable Medical Equipment (RME). The second aspect is to upgrade the heating water system and air handling units serving the Ambulatory Care Addition (ACA). The intent of the project is to upgrade the HVAC systems. All other trades (general, electrical, plumbing, etc.) are to support the HVAC scope. The upgrades must be performed while maintaining the spaces operational throughout construction. Minimal downtime for system changeovers will be allowed and shall be performed when the spaces are not occupied. RME Storage: It was reported that certain RME rooms are not able to maintain required temperature and humidity requirements throughout the year. Data trends were analyzed to evaluate the extent of the noncompliance issues for each room. It was identified that the rooms had a variety of issues including not being constant air volume, not having independent temperature control, not maintaining temperature or humidity within the allowable range, and not providing sufficient air changes. To resolve the identified deficiencies, a variety of upgrades are being implemented. Those upgrades include control modifications to make a terminal unit deliver constant air volume instead of variable air volume, new terminal units to deliver the required airflows and provide independent temperature control, replacing defunct clean steam generators and humidification dispersion assemblies, and providing new clean steam generation systems where air handling unit (AHU) system did not have humidification. Additionally, a redundant clean steam generator is being provided as a backup to the existing system serving the operating rooms due to the critical nature of the spaces. Four new clean steam generators will be provided. Three of those will have new water softener systems. The new redundant clean steam generator serving the operating rooms will be connected to the existing piping and will utilize the existing water softener. ACA Upgrades: Four AHUs serving the ACA will be replaced. ACA-AHU-1, -2, and -3 serve the ACA basement, first floor, and second floor. The three AHUs provide N+1 redundancy to the ACA which will help facilitate the construction sequencing. ACA-AHU-4 serves the emergency department. ACA-AHU-1, -2, and -3 have interconnected ductwork with ACA-AHU-4 that will allow the three AHUs to back feed the emergency department to condition the space while ACA-AHU-4 is being replaced. 04/17/2025 RESUABLE MEDICAL EQUIPMENT STORAGE The existing ACA-AHU-1, -2, -3, and -4 have steam heating coils in the outside air ducts. Those coils will be removed, and the new AHUs will have heating water coils inside the AHUs. This will add significant demand to the heating water system. Therefore, the heating water system shall be upgraded prior to the replacement of the AHUs. The existing ACA heating water system includes three shell and tube steam-to-hot water heat exchangers, three distribution pumps, air separator, and expansion tank. All of those major components will be replaced. The new system will include two shell and tube steam-to-hot water heat exchangers, two distribution pumps, air separator, and expansion tank. The heat exchangers and pumps will provide 2N redundancy. The new system shall be installed prior to the removal of the existing system. A temporary boiler system will not be allowed. Most existing terminal air units serving interior spaces in the basement, first floor, and second floor do not have reheat coils. Those terminal units will be replaced with new units that have reheat coils. New branch heating water piping will be installed throughout the interior spaces to deliver heating water to the new terminal units. The existing heating water pipe risers are sufficient and do not require replacement. Associated Work: Modification, partial and full removal of existing lay-in ceilings, hard lid ceilings, lighting and other ceiling-mounted devices will be required to accommodate the HVAC scope, depending upon the type and amount of HVAC work and access needed. While it s not anticipated, it may be possible that Asbestos Containing Materials (ACMs), Thermal System Insulation (TSI) and lead-based paint could be encountered in the original Hospital remediation shall be addressed upon discovery with the Contracting Officer (CO) and Contracting Officer s Representative (COR). All finishes shall be returned to their original condition at the completion of the installation. Some work will be performed in critical areas of the hospital such as the operating room suite and pathology lab. Construction work shall be closely coordinated and scheduled with the VA staff. Some construction will need to be performed on nights and weekends while restoring systems to their fully functioning condition before the spaces are occupied by hospital staff for their next shift. The construction team will not displace hospital staff in occupied spaces for extended durations. The Estimated Dollar Magnitude to complete this work is between $5,000,000.00 to $10,000,000.00. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction Contractors), with a small business size standard of $45.0 million. The duration of the project will be 540 calendar days from Notice to Proceed to include contract closeout. This completion period includes submittals, all construction work, final inspection, cleanup of the premises and completion of as-built drawings and close-out documents. Award will be made utilizing the Lowest Price Technical Acceptable (LPTA ) Best Value type. Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. Offerors are responsible to monitor and download all Solicitation documents, Specifications, Drawings from the Sam contract opportunities website: https://sam.gov/content/opportunities and any amendments that may be issued for this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, SBA Veteran Small Business Certification (VetCert) Registration, prospective contractors must be registered in SAM and in the SBA Vetcert databases under the applicable NAICS. Firms may obtain SAM information at https://sam.gov/content/home and SBA VetCert https://veterans.certifysba.gov. The solicitation package and drawings should be available for download on or about July 3, 2025, and the proposal due date will be on or about August 8, 2025. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided, and telephone questions will NOT be accepted. Please e- mail questions to Jeanette. Mathena at jeanette.mathena@va.gov and James Petrik at james.petrik@va.gov. Make sure that the subject line reads "" Correct Reusable Medical Equipment Storage, 589A4-24-101.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/827d18b498b14982afee3cbb3b54454f/view)
- Place of Performance
- Address: Harry S Truman VAMC 800 Hospital Drive, Columbia 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN07484061-F 20250622/250620230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |