Montana Bids > Bid Detail

Q702--Ft. Harrison Activation Pre-Planning Support Contract

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159368998559531
Posted Date: Jan 22, 2024
Due Date: Feb 22, 2024
Source: https://sam.gov/opp/9d8f79d055...
Follow
Q702--Ft. Harrison Activation Pre-Planning Support Contract
Active
Contract Opportunity
Notice ID
36C77624Q0099
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 22, 2024 03:51 pm EST
  • Original Response Date: Feb 22, 2024
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Q702 - TECHNICAL MEDICAL SUPPORT
  • NAICS Code:
    • 541614 - Process, Physical Distribution, and Logistics Consulting Services
  • Place of Performance:
    Ft. Harrison, MT , 59636
    USA
Description
Department of Veterans Affairs
Veterans Health Administration
Program Contracting Activity Central (PCAC)

January 22, 2024

PRESOLICITATION NOTICE Activation Pre-Planning Support for the Ft. Harrison Acute Inpatient Care and Hospital Renovations project.

100% SDVOSB SET ASIDE

This is a Pre-Solicitation Notice that the Veterans Health Administration (VHA) intends to solicit quotes to provide non-personal Activation Pre-Planning Support of the Ft. Harrison Acute Inpatient Care and Hospital Renovations project. This requirement supports VHA's mission by providing contractor services to help support the Activation Pre-Planning of the project. This will be a firm-fixed-price contract with an estimated Period of Performance of (9) nine months.
VA s Proposed Action is to conduct a series of seismic upgrade and improvement projects to correct seismic deficiencies at the Fort Harrison VAMC and to remodel and expand the retrofitted facilities to accommodate the operational needs of the medical center. The Proposed Action includes construction of a new acute inpatient care space through a three-story, approximately 82,600 building gross square feet (BGSF) bed tower building addition on the south side of Building 154; seismic retrofitting of Buildings 141, 150, 154, 154A and the connecting corridor; remodeling approximately 221,800 BGSF of space within these buildings to meet the current and projected future VAMC operational needs; construction of a new, approximately 15,700 BGSF, two-story, central utility plant (CUP) north of Building 154; construction of an approximately four-story, 660-space parking garage north of Building 154; infrastructure upgrades; and exterior site improvements around the medical campus.
The Proposed Action construction activities would be conducted in phases over a period of approximately 10 years to minimize campus disruption, support continued campus operations, and minimize the need for temporary swing space during construction. VA plans to construct the new parking garage and CUP in the first phase of construction. The second phase of construction would include the construction of the acute inpatient care building addition, followed by the sequential seismic retrofitting and renovation of Buildings 141, 150, 154 and 154A. Project design details are not available at this time. VA anticipates that the Proposed Action construction would begin in 2024 and would be completed in 2033. This contract supports the new Acute Inpatient Care space and hospital renovations by providing pre-activation services to plan for the FF&E used in the pre-construction RFP development.

This requirement will be set-aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) using FAR Part 12, 13 and 37. To be eligible for an SDVOSB set aside under VA s Veterans First Contracting Program, SDVOSBs must:

be verified by the Department of Veterans Affairs (VA) as SDVOSB (see https://www.veterans.certify.sba.gov/ for details)
and

meet the small business size standard for NAICS 541614.

The solicitation is anticipated to be posted on Contract Opportunities for download on or about 8 February 2024. Potential offerors are advised that there may be truncated response time on the solicitation that will follow this Pre-Solicitation notice. Anticipated closing date of the solicitation will be 26 February 2024. Solicitation initial posting date and the closing date are subject to change as necessary.

Any questions for this Pre-solicitation notice should be sent via e-mail to both Michele.Laser@va.gov and Heidi.Gallaher@va.gov. No telephone requests/questions will be accepted.

This Pre-Solicitation notice does not constitute a request for proposals.
P.O.C: Michele.Laser@va.gov, Contract Specialist
Heidi.Gallaher@va.gov , Contracting Officer
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 22, 2024 03:51 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >