SOURCES SOUGHT
Z -- Replace MRI 1.5T
- Notice Date
- 9/4/2025 1:13:27 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24626B0001
- Response Due
- 9/19/2025 12:00:00 PM
- Archive Date
- 12/27/2025
- Point of Contact
- Michael Proctor, Contract Specialist, Phone: E-mail Only
- E-Mail Address
-
michael.proctor2@va.gov
(michael.proctor2@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors to provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary to complete the below scope of work. The proposed NAICS 236220 is applicable to this acquisition; with a size standard of $45.0 million. The anticipated Magnitude of Construction is between $500,000 and $1,000,000. The anticipated Period of Performance is 250 Days from the Notice to Proceed. Scope of Work: Provide professional construction services prior to removal of current 1.5T MRI from Room 2 (FG184B) and professional construction services in preparing Room 2 (FG184B) as shown in the drawings and specifications prior to installing a new 1.5T MRI. Install a barrier to separate Room 2 (FG184B) from Room 1(FG184A) but does not impede services provided by Room 1 (FG184A). Barriers must conform to Infectious Control Risk Assessment (ICRA) requirements to protect patients and staff from construction efforts. Install a barrier in the maintenance room behind Room 2(FG184B), separating it from Room 1(FG184A) but does not hinder maintenance on operational MRI machine. Remove/reposition utilities and/or equipment directly behind Room 2 (FG184B) to ensure a clear path in removing the current MRI 1.5T. Other than Construction support, Contractor will not be involved with the removal and installation of MRI Machines. Lastly, remove Exterior Insulation and Finish System (EIFS) leading to the loading dock and install a temporary weatherproof wall to remove the current MRI 1.5T and install a new MRI 1.5T. Demolition and New Construction involving loud noises and/or vibrations must work around scheduled scans. Architectural-demolish existing finishes, including tile flooring, sub-floor, acoustic tile ceiling (ATC) and track, RFI shielding and casework. Provide new finishes in accordance with VA Imagining Services Guide for space type C111-Class 1 MRI Scanning Room and in conjunction with the Durham VA Interior Design team and Imagining Staff. New ACT ceiling will be installed at 9 0 Above Finish Floor (AFF). Watson Engineering, PC has CPS and will consult with DVAMC Contracted Physicist to determine the appropriate amount of RFI Shielding for the walls, floors, ceilings, doors, and viewing window. Replace the exterior EIFS in kind and color match. Mechanical-limited demolition of the supply and return diffusers in the ceiling and mini-split unit. New supply and return diffusers shall be provided to replace the existing ones to include testing, adjusting, and balancing. Mini-split unit(s) removed during demolition will be reinstalled in previous location. Electrical/Telecommunications-demolish all power and data outlets, electrical connections for previous MRI machine to include conduit, circuit wiring, backboxes, pull boxes, etc., in Room 2(FG184B) for the entire circuits back to the panel. Install new power and data outlets in accordance with Imaging Services Design Guide for space type CI111 Class 1 MRI Scanning Room. Install new LED lighting rated for MRI environments in accordance with VA Design Manual for a Diagnostic Imaging Room. Plumbing-no anticipated demolition of plumbing. The existing oxygen and vacuum connections within the MRI Examination room may need minor adjustment to ensure they are flush with the new architectural walls, and new house connections will be provided to meet user preferences. Fire Protection-demolish six (6) ceiling mounted sprinkler heads and plastic PVC supply lines. Install new lines and flush mounted sprinkler heads to a 9 0 Above Finished Floor height. Refer to paragraph U. for Outage Requests . Vendors should refer to the Project Design Narrative provided by the A&E for additional details. Instructions: The CO will consider responses received for this Sources Sought Notice, along with any other market research that is conducted, when determining the appropriate acquisition strategy. Pursuant to 38 U.S.C. 8127(d), CO s must set aside all acquisitions for SDVOSBs or VOSBs whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered. In order to be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: VA Acquisition Regulation (VAAR) 819.7003 - Eligibility VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. All interested parties should respond, in writing via email to Michael.Proctor2@va.gov. No telephone inquiries will be accepted. Your response is required by 3:00 PM EDT on Friday, September 19, 2025. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Proposed NAICS code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude Information describing your interest Information demonstrating your company has the capacity to complete this project, to include available bonding capacity Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) A brief statement on how you will comply with the Limitations on Subcontracting, if applicable In addition to this information, please include responses to all of the following in your submission: What additional information would you require in order to provide an offer for this project? Have you experienced problems with radio frequency shielded rooms? If so, how have you addressed them? Is the anticipated Period of Performance sufficient to complete the project? Is the anticipated Magnitude of Construction appropriate for this project?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/168a8ccc43a949ed89d4cd9474cdb057/view)
- Place of Performance
- Address: Durham Veterans Affairs Medical Center 508 Fulton Street, Durham, NC 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN07579230-F 20250906/250904230051 (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 |