Y1DA--Renovate Dallas Medical Inpatient Unit For Patient Privacy & Pandemic (VA-24-00008151)

Agency:
State: Texas
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Posted Date: Feb 22, 2024
Due Date: Apr 18, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Y1DA--Renovate Dallas Medical Inpatient Unit For Patient Privacy & Pandemic (VA-24-00008151)
Active
Contract Opportunity
Notice ID
36C25724R0005
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 22, 2024 12:39 pm CST
  • Original Response Date: Apr 18, 2024 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Dallas VA Medical Center 4500 S Lancaster Rd Dallas , TX 75216
    USA
Description
THIS IS A PRESOLICIATION NOTICE A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT March 07, 2024
Pre-Solicitation Notice: The North Texas Veterans Health Care System (NTVHCS) currently has a requirement for a project to Renovate Dallas Medical Inpatient Unit for Patient Privacy and COVID-19 Dallas VA Medical Center 4500 S Lancaster Rd, Dallas, TX 75216.
The VAMC in Dallas, Texas currently has a requirement to renovate the outpatient clinic in building one (1).
Solicitation Number: 36C25724R0005
The project will include all l labor, material, equipment, and supervision required to renovate the inpatient unit for patient recovery and Covid-19 in Building 2, 8th floor at the Dallas VA Medical Center as required by the VA North Texas Healthcare System. The scope of this project will require coordination between the contactor, COR and VA staff. Ultimately the means and methods to perform this work and determine a sequence of work will be determined by the contractor.
The NAICS code for this procurement is 236220 with a small business size standard of $45M. The magnitude of this project is between $10,000,000 and $20,000,000 in accordance with Veterans Affairs Acquisition Regulations (VAAR) 836.204(h)(1). This procurement will be 100% set-aside for Small Businesses, as stated below. *Note that there will be a Veterans Preference factor, the solicitation will provide the specific details. Any veteran-owned small business (VOSB) or service-disabled veteran-owned small business (SDVOSB) who submits a proposal shall be verifiable within Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/.
The POC for this project will be Horacio Fernandez. He can be contacted by email at Horacio.Fernandez@va.gov.
This project consists of but is not limited to: The Contractor shall provide all labor, material, equipment, and supervision required to renovate the inpatient unit for patient recovery and Covid-19 in Building 2, 8th floor at the Dallas VA Medical Center as required by the VA North Texas Healthcare System. Activities generally to include demolition of existing unit (including abatement of ACM); installation of new HVAC, plumbing, communications, and electrical systems; new architectural floorplan and finishes for three (3) wings; and structural upgrades necessary to support required modifications and new equipment. Ultimately the means and methods to perform this work and determine a sequence of work will be determined by the contractor.

WORK SHALL INCLUDE: The contractor shall provide the specific services and deliverables described below: The work effort, however, does suggest a general, phased sequence of construction.

ARCHITECTURE:
The existing Wings 100, 200, and 300 are currently Outpatient clinical spaces or offices vs patient care areas. The design solution is to provide patient rooms with all the supporting spaces for Med/Surg floor. The project requires complete demolition of the wings and reconstruction with new layout and infrastructure.

STRUCTURAL:
The existing building is a steel framed structure with concrete floor and roof slabs. The steel framing members are encased in concrete. A new air handler (AHU-8) is being added within the 8th floor mechanical room adjacent to elevators. The existing AHU-12 and AHU-30 and supporting HVAC system components will be demolished from their current locations and replaced on the roof located over the existing 8th floor mechanical roof at the south end of the 200 Wing. Exhaust equipment is also being added on the roof over the isolation rooms in both the 100 and 200 wings. The existing structure was also evaluated for capacity to support future patient lifts.

MECHANICAL:
The upgraded systems for this reconfigured 8th floor will include the addition of a new air
handling unit (AHU-8), which will be served by the existing facility chilled and heating hot water systems. Since the entire 8th floor can now be fully exhausted, this unit will operate as a 100%
dedicated outdoor air system (DOAS) in this mode. Since the existing facility exhaust capacity
cannot handle the upgrades to the exhaust required for the floor, new exhaust fans will serve the space. These fans will be located on the roof of the existing building. To minimize the size of the exhaust ductwork, dedicated fan(s) will serve wing 8C-200 and dedicated fan(s) will serve wing 8C-300.

PLUMBING:
Plumbing will require modification to incorporate the new usage and room configuration on the
8th floor. Domestic water service piping will all be new consisting of a 3 cold water supply along
with a 2 domestic hot water supply and a ¾ domestic hot water return. Piping will connect to
existing services above the ceiling of the elevator lobby. Water piping distribution will be above the ceiling and routed to patient rooms and supporting spaces and each take-off provided with
shut off valve accessible from the outside of the room in the corridor. Piping will be Type L copper and hot water supply and return will be insulated. Sanitary sewer and sanitary vents are located at numerous vertical risers on the floor. Piping will be cast iron with no-hub connections.

The extensive redesign of the 8th floor floorplate will require some alterations on the floor(s)
below for routing of sanitary sewer lines to existing vertical pipe locations. These alterations may
affect the existing ceilings and wall locations below. The floor below is provided in the drawings
for the contractor s reference. Plumbing fixtures will consist of wall-mounted water closets with
flush valves installed at ADA heights. Patient toilets will have bedpan washing accessories for the
flush valve along with wall mounted push-button activation. Nonpatient water closets will have
sensor flush operation of its flush valve. Lavatories are to be vitreous China with wrist blade
handles on the faucets. Patient shower will have handheld spray. Medication rooms and staff
lounge sinks will be stainless steel. Mop sink will be floor mounted type. Roof drain piping is
existing and will remain but provided with all new pipe insulation. The new location of the
Mechanical equipment room will require new floor drains. Domestic water makeup lines with
backflow preventers on each will serve the chilled and heating water systems.

ELECTRICAL:
The renovation of the 8th floor will require a different allocation of spaces to include nurse
stations, patient rooms, isolation rooms, and other patient support spaces. Design includes
demolition and new circuiting and distribution panels from the main feeder source for power.
Additional design requirements include demolition of existing lighting and replacement with new lighting fixtures and controls. Electrical work will also include low-voltage communication routing and allocation.

FIRE PROTECTION:
The existing fire alarm control panel and power booster panels located in the existing telecom
room shall be removed and replaced with new panels located in the new telecom room. Existing
initiating and notification devices located within the renovated space will be removed. New
devices shall be provided in renovated spaces. New initiating and notification devices shall be
installed per NFPA 70 and NFPA 72. Audible and visual fire alarm appliances will be provided
throughout the renovated spaces in accordance with the applicable codes. Speakers shall be
located for intelligibility within the corridor. Smoke detectors will be installed for door hold opens within the corridor. The automatic voice messages will be broadcast through the fire alarm speakers on the appropriate floors. Initiating devices SLC will be Class B circuits. Duct smoke detectors for air handling units and combination fire/smoke dampers shall be provided where required by the IBC, IMC and NFPA. Operation of a duct smoke detector must initiate a supervisory signal to the main fire alarm control panel.

A new wet pipe sprinkler system shall be installed within the renovated space. The new sprinkler
systems shall be designed, tested, and installed per NFPA 13 and the systems shall coincide with
the new smoke compartments. Semi-recessed sprinklers shall be utilized in rooms with a
suspended ceiling and upright sprinklers shall be utilized in rooms without a ceiling (exposed to
construction). Storage, equipment, electrical, mechanical, linen and utility rooms will be designed for an ordinary hazard (group 1 or 2) occupancy. The remainder of the renovated space will be designed for a light hazard sprinkler system. The existing sprinkler system within the renovated area will be demolished back to the existing to remain sprinkler standpipe system. All existing sprinklers, arm over, branch lines, and mains shall be demolished with the renovated space. In addition, the existing 1-1/2 fire hose connections and cabinets located with the renovated area shall also be removed. The existing hose connection piping shall be capped at the connection to the existing supply riser.

ASBESTOS CONTAINING MATERIALS (ACM) ABATEMENT:
Pre-abatement activities including pre-abatement meeting(s), inspection(s), notifications, permits, submittal approvals, regulated area preparations, emergency procedures arrangements, and standard operating procedures for asbestos abatement work. Abatement activities including removal, encapsulation, enclosure, clean-up and disposal of ACM waste, recordkeeping, security, monitoring, and inspections. Cleaning and decontamination activities.
Attachments/Links
Contact Information
Contracting Office Address
  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 22, 2024 12:39 pm CSTPresolicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 507336-CAP 93508 Ammunition Storehouse Installation, Fort Cavazos Active Contract Opportunity Notice ID

Federal Agency

Bid Information Type RFP Status Issued Number PURCH 2324-3 (General Operations Maintenance and

Aldine School District

Bid Due: 5/31/2024

CSP #207136 - Seagoville High School - Addition/Renovation - Closes 06.04.2024 CSP #207136

Dallas Public Schools

Bid Due: 6/04/2024

Follow Y1DA--Renovate Dallas Medical Inpatient Unit For Patient Privacy & Pandemic (VA-24-00008151) Active

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 6/20/2024