Ft Harrison, MT Veteran’s Affairs Medical Center (VAMC) Seismic Upgrade and Specialty Care Improvements; Phase I - Design-Build Central Utility Plant (CUP) and Parking Garage (PG)

Agency:
State: Montana
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159053131865376
Posted Date: Jan 8, 2024
Due Date: Feb 22, 2024
Source: Members Only
Follow
Ft Harrison, MT Veteran’s Affairs Medical Center (VAMC) Seismic Upgrade and Specialty Care Improvements; Phase I - Design-Build Central Utility Plant (CUP) and Parking Garage (PG)
Active
Contract Opportunity
Notice ID
W9128F23R0042
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 08, 2024 05:07 pm CST
  • Original Published Date: Aug 31, 2023 11:31 am CDT
  • Updated Response Date: Feb 22, 2024 02:00 pm CST
  • Original Response Date: Oct 01, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 21, 2024
  • Original Inactive Date: Nov 15, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Harrison , MT 59636
    USA
Description View Changes

AMENDED REVISED - 08 January 2024



Pre-Solicitation Notice W9128F23R0042



On or about 22 February 2024, the Government intends to issue Phase One of a solicitation for “Ft Harrison, MT Veteran’s Affairs Medical Center (VAMC) Seismic Upgrade and Specialty Care Improvements; Phase I - Design-Build Central Utility Plant (CUP) and Parking Garage (PG).”



This is a Design-Build contract to awarded in accordance with FAR Part 36.3. The Phase One solicitation will close on or about 22 February 2024. The solicitation is Unrestricted and Open to Both Large and Small Business Participation.



Site Visits:



There will be no scheduled site visits during the Phase One solicitation phase.



Phase Two: A Site Visit will be scheduled and additional information regarding the site visit will be provided in the amended solicitation via FAR Clause 52.236-27. The Phase Two site visit is tentatively scheduled for 30-31 May 2024.



Project Description: Project Scope. An approximately 15,700 GSF Central Utility Plant (CUP) with utilities distribution system and an approximately 660 space Parking Garage north of the main hospital building, and the demolition/modification of the existing campus heating/hot water system and chilled water system.



The existing site is situated near the property line that borders the adjacent National Guard installation to the north, the existing B170 warehouse building to the west, and a potential Outpatient Mental Health Facility (Building 173 – to be constructed by others) to the east. The site is located partially on an existing parking lot, and the rest of the site occupies open undeveloped space with natural vegetation. At various times, there are a fluctuating number of shipping containers that may be located on or near the site. The site slopes generally from the west to the east. Surface water runoff is mostly sheet flow, there are no identifiable concentrated f lows within the project site. Most of the campus has open section roadway (no curb and gutter), apart from the area immediately surrounding the main hospital facility itself. There are some identified utilities that run through the project site, like sanitary sewer, signal / telecom utilities, and some water lines. There are existing light poles along the perimeter of the existing parking lot. Closer to the hospital, there is irrigated turfgrass, but that does not extend to the project area.



Service Access Road and Site Civil: Design and build all site prep and site work, utilities relocation, CUP site utilities, and a new access road connecting Devil's Brigade to Middle Road by extending Devil’s Brigade Way around the north end of campus to allow for service access to B170 once the existing Devil’s Brigade paralleling Patriot’s Way is closed for construction.



Central Utility Plant: The structural system will be designed such that access to overhead pipe and duct support is possible. Design the building to allow all equipment to be installed and removed in the future. Given the building height (currently assumed to be about 30’), and approximate size of the new CUP facility (~15,700 sq. ft.) the building will utilize exterior load bearing concrete masonry unit wall construction with exterior face brick to match brick used elsewhere on the campus.



Primary Utilities Distribution System and Building 171 Demolition: The primary distribution system is designed to connect the new CUP to the main hospital complex (building 154) and the existing steam and chilled water systems.



The distribution system is primarily routed underground in a new utility corridor (approximately 8’x8’), to Building 154, Building 154A, Building 150, The primary connection from the CUP to the Main Hospital Building (154) will be through the primary utilidor. This connection will be made in Mechanical Room B100 located in the basement of Building 154. In addition to steam, steam condensate, and chilled water piping, the utilidors must be provided with lighting, ventilation, and drainage as required by code and VA design manuals. The utilidor design must provide a safe working space as required.



Building 171 (operational boiler plant) must remain online until the requirements for commissioning and stable operation of the new CUP are complete. Building 171 is equipped with three (3) Superior fire tube low pressure steam boilers (2012 build) that feature a maximum allowable working pressure (MAWP) of 30 psig and have a rated capacity of 8,625 lb/hr steam. Additionally, the building is equipped with two (2) Superior fire tube high pressure steam boilers (2012 build) that feature a maximum allowable working pressure (MAWP) of 150 psig and have a rated capacity of 5,175 lb/hr steam. Building 171 shall be gutted and left in an environmentally controlled state. The new CUP is to be operational for a period of not less than 10 days prior to decommissioning this plant.



Existing fuel tank. The existing ~10,000 gl fuel underground storage tank providing backup fuel to the boilers in 171 will have to be removed in accordance with Montana Department of Environmental Quality standards and the area restored.



Existing Oxygen tank. A new Oxygen tank pad will be built near B170, and oxygen connections will be routed underground to the primary utilidor, then to the main hospital. The existing tank pad will be demolished after Oxygen tank removal (to be performed by others).



Optional Secondary Utilities Distribution System, System Connection and Demolition: The secondary utilities distribution system is designed to connect the main utilities corridor (and the CUP) to building 169 (Room 180) and building 141B. Two separate secondary utilities corridors will connect to the primary utilidor along it’s run to the main hospital. One corridor will run west around the main hospital to building 169 (Room 180)’s mechanical room, and the other will run east around building 154 to the mechanical/boiler room at Building 141B.



Work within the existing buildings includes connection of the new steam utilities from the CUP to the existing building steam systems and the replacement of the hydronic heating boilers in the Building 141B plant with shell and tube heat exchangers to convert the steam to heating hot water. The existing hydronic heating hot water distribution system within the buildings is to remain. Work within the existing buildings also includes connection of the new chilled water utilities from the CUP to the existing building chilled water systems. The existing chillers and chilled water distribution systems within the buildings are to remain as backup. The new chilled water connections to each chilled water distribution system must include flow metering and temperature monitoring in addition to motorized valving to allow selection of CUP chilled water operation or individual chiller system operation.



Building 141B (existing hydronic plant) contains two (2) Superior fire tube hot water boilers installed in 2010 with MAWP of 60 psig and rated at 200 BHP or 6,700 MBH and two (2) Patterson Kelly hot water boilers installed in 2015 with 160 psig MAWP rated at approximately 60 BHP or 2,000 MBH. This equipment is to be replaced by heat exchangers supported by the new CUP with equipment to be salvaged with value recaptured in the project cost.



Building 169 (Room 180) (Residential Rehabilitation) contains three (3) unitary boilers that are to be replaced by heat exchangers supported by the new CUP. This equipment is to be salvaged with value recaptured in the project cost.



Optional Parking Garage: The parking garage is an approximately 660 space parking structure. The project includes site improvements, rerouting of existing streets, site utilities, and a covered walkway and will be constructed to accommodate a future roof structure and photo-voltaic panels. The facility will also include facility vertical transportation, facility mechanical, electrical, communications, and fire protections systems. The facility shall meet life safety, Physical Security, and accessibility requirements. A connected covered walkway will connect the garage to the northeast entry of building 154. The facility will have vertical transportation lobbies at each level.



Construction work time frame: The Contractor will be required to commence work upon receipt of contract award and complete the work 1320 calendar days after receipt of Notice to Proceed, this is subject to change after solicitation issuance. Additional time will be granted if Optional items are awarded.



Estimated Construction Costs: The estimated construction cost of this project is between $50,000,000 and $100,000,000.



NAICS Code: The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is NAICS Code 236220 - Commercial and Institutional Building Construction, with a size standard for Small Business of $45M.



Obtaining Draft Solicitation Documents: Draft solicitation attachments will be available upon request. Please contact the Contract Specialist, Adam Beaver by sending an e-mail to adam.l.beaver@usace.army,mil with “Solicitation - Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I - Design-Build Central Utility Plant (CUP) and Parking Garage, SOLICITATION ATTACHMENT DOCUMENT REQUEST.” before 1400 CST on 15 March 2024. Files will be sent to interested parties through Department of Defense (DoD) Secure Access File Exchange (SAFE).



Include the following in your request:



a.Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number.



b. Firm's business category and size: Large Business, Small Business, Small Disadvantaged, 8(a) firm, historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB).



Contracting Office Address: USACE Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901



Contact: Submit general questions and RFIs on ProjNet under Bidder Inquiry Key: XB2HIW-WBYQIH. General questions and RFIs should focus on the solicitation, timeline/schedule, scope clarifications, etc.



Submit questions by 8 March 2024, to the contract specialist Adam Beaver by sending an e-mail to adam.l.beaver@usace.army.mil with “Solicitation - Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I - Design-Build Central Utility Plant (CUP) and Parking Garage, RESPONSES TO INDUSTRY QUESTIONNAIRE.”



Place of Performance: Ft Harrison VAMC, Ft Harrison, MT



Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov (sam.gov). Registration is required to access solicitation documents. Beta SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >