Description
Page 1 of 1 INTRODUCTION: The Department of Veterans Affairs (VA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single,
Firm-Fixed-Price contract for the Design-Bid-Build (DBB) Minor Expand Medical Center Construction project at the Saginaw VA Medical Center (VAMC) located in Saginaw, Michigan PROJECT
DESCRIPTION: The scope project is to expand the Medical Center site at Aleda E. Lutz VA Medical Center located in Saginaw, Michigan. The Contractor shall completely prepare the site for
building operations, including demolition and removal of existing structures and vegetation and furnish all necessary labor, tools, miscellaneous materials, equipment, and supervision as
specified in drawings and specifications. Work includes civil, site development, utilities, electrical, and low voltage trades and be compliant with applicable codes including the City of
Saginaw codes, VAMC Saginaw codes, and all applicable national codes and standards. All excavations should be safely sheeted, shored, sloped, or braced in accordance with MI-OSHA
requirements. The total site preparation includes approximately 25 acres, which is a combination of 15.4 acres existing VA property and 9.5 acres of new adjacent property. Property
conditions include but are not limited to parking lots that are heavily distressed bituminous concrete pavement, an outbuilding, abandoned rail spur, and approximately 6 acres are heavily
wooded. Earthwork operations will consist of clearing all vegetation, topsoil, and pavements from the proposed building and pavement areas, demolishing the existing building and
associated foundations, removing and relocating existing utilities, backfilling resulting foundation and utility excavations with engineered fill, proof rolling the exposed subgrade,
preparing the subgrade for support of floor slabs and pavements, and excavating and backfilling for the stormwater detention system, new foundations, and new utilities. Accumulations of
surface run-off water and groundwater seepage at the base of the excavations should be controllable with pumping from properly constructed sumps. Project requires an entire site survey,
thorough review and compliance with construction documents, construction phasing (scheduling) timeline, and submittal list. The new expanded site shall have new parking areas and
infrastructure for future buildings and meet the physical security design requirements. Major project elements include, but are not limited to: Demolition - existing corrugated steel-clad
barn, concrete slabs/footings, drains/piping, chain-link fence, high-security fence and footings, bollards, curb, parking lot saw cut HMA, 2 mill, abandoned rail spur including rails,
ties, and ballasts, cut and cap existing sanitary sewer, storm sewer, and water service IAW city standards, clear and grub trees/soils/construction debris (do not bury), existing light
poles, connections, and conductors. Civil - Rough grade, fine grade, compaction, surveying Utilities install new drain detention, storm sewer, sanitary sewer, tie-in to existing
watermain, bore and jack existing, install new 36 main, gas line new and tie-in, fiber, electric, and ductbanks. Install - Curb, gutter, walkway, pave, stripe, landscape, lighting,
seeding, soil erosion, dust control, rip rap, bollards, high security fencing, concrete pads, curbs and gutters, reuse millings, traffic signs, paint/stripe, light pole, conductors,
circuits, and fixtures, gravel lot, solar panel speed sign, emergency call box, video surveillance (CAT6A) Phasing required to retain enough parking to serve active hospital staff and
patients. Traffic control significant importance. Crews must manage active construction area to retain parking for an active hospital, successfully manage equipment and product deliveries
so that it does not disrupt patient and staff access, and manage the road leading to the hospital that services emergency vehicles, patients, staff, and general public. ADMINISTRATIVE:
The solicitation will be issued as a Request For Proposal (RFP) conducted in accordance with FAR Parts 15, 19, and 36 and will be evaluated in accordance with the Lowest Priced
Technically Acceptable (LPTA) procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
Offers received from other than SDVOSB concerns will not be considered. The applicable NAICS code is 237990 with a size standard of $45 million. The solicitation will be issued around
late September, early October 2024. The period of performance is approximately 551 calendar days from the issuance of the Notice to Proceed. This notice is not a request for competitive
offers. The Magnitude of Construction is expected to be between $5,000,000.00 and $10,000,000.00. All questions must be submitted in writing to the issuing office via email to
Dawn.Schydzik@va.gov. Telephone calls will not be accepted. -END-