Page 1 of 1 INTRODUCTION: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single Firm-Fixed-Price contract for the Design-Build (DB) project #605-357 Radiation Oncology Building at the Jerry L Pettis Memorial Veterans Hospital, located at 11201 Benton St, Loma Linda, CA 92357. PROJECT DESCRIPTION: This project is to provide comprehensive design-build services to execute design and construction of the Radiation Oncology Building at the Jerry L Pettis Memorial Veterans Hospital in Loma Linda, CA. This project is to provide design-build (DB) services to include architect and engineering (AE) design services, site preparation, and construction for a new building construction of a radiation oncology clinic at VA Loma Linda main campus. The scope of this project covers the design and construction of a new stand-alone radiology oncology building, and includes all surveys of the property, site investigations, existing service and utility ties, geotechnical studies describing sub-surface conditions, and other latent or concealed physical conditions at the site to be completed by the design-build (DB) firm. DB services include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to complete site preparation and implementation, of the following equipment: two (2) linear accelerators (LINAC), one (1) computed tomography (CT) based simulator, various computers and monitors for image display, dose calculations, medical documentation, and scheduling. Design work shall include special requirements for LINAC vaults, CT simulator, emergency power, exam rooms, and supplemental spaces. Design shall meet VA design guides, manuals, and all design criteria and VA master specifications at the VA technical information library (TIL) (www.cfm.va.gov/TIL). Design shall follow all current applicable codes, including International Building Codes (IBC), National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC) and Facility Guidelines Institute (FGI), and NCRP and related authorities for radiation protection and vault shielding. The DB contractor shall furnish all labor, materials, supervision, and administration for the construction phase of this contract, and coordination with the equipment manufacturer s representative for specifications and construction guidance documents specific to each respective piece of equipment. The contractor will be required to utilize a qualified medical physicist to provide radiation calculations, testing, and vault certification. ADMINISTRATIVE: The anticipated solicitation will be issued as an RFP in accordance with FAR Part 36.3 Two Phase Design Build Selection Procedures and FAR Part 15 Contracting by Negotiation. The solicitation will be advertised as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The solicitation is anticipated to be issued in June 2025. The period of performance is approximately 780 calendar days from the issuance of the Notice to Proceed. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. The Estimated Cost of Construction is on the lower end of that VAAR range. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to the CO and CS:
[email protected] and
[email protected]. Telephone calls will not be accepted. -END-