Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOURCES SOUGHT

C -- Project 549-306, Mental Health Patient Privacy/Safety Deficiencies, Phase I

Notice Date
7/31/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs No. Texas Health Care System, Contracting Office, (90C), 4500 S. Lancaster Road, Dallas, Texas 75216
 
ZIP Code
75216
 
Solicitation Number
549-70-02
 
Response Due
9/9/2002
 
Point of Contact
Point of Contact - Barbara Giddens, Contract Specialist, (214) 857-0597, Contracting Officer - Barbara Giddens, Contract Specialist, (214) 857-0597
 
E-Mail Address
Email your questions to Barbara Giddens
(barbara.giddens@med.va.gov)
 
Description
Provide A/E services to produce preliminary conceptual designs/block plans for full renovation and or additions to Building 1 in support of the Mental Health program; construction documents and construction period services for the renovation of 900 gross square feet of existing Building 1 mental health space; evaluate suitability ad modify if required, existing previously designed(by others) ?Building Infrastructure? design documents to support the full Mental Health program and the indicated initial 9000 gsf space renovation. Design will be required to easily and fully interface with the development of future intended phases and with previously designed infrastructure construction documents. Work will include the development of block plans showing where all the various Mental Health functions would be located throughout building 1. A preliminary design will be prepared to depict a domiciliary nursing unit within an upper floor (2,3,0r 4), meeting VA space criteria. A preliminary design will be prepared to depict a 30-bed acute mental health unit utilizing renovated space and possible addition to Building 1. A/E/ shall provide construction documents and construction period services for an approximate 9000 gsf of renovated mental health space (Phase I) and verify compatibility or revise/modify existing design documents ?Upgrade Infrastructure?, if required. The A/E shall responsible for verifying existing dimensions and utilities. Space program will be provided by the Medical center for programs to be included in construction documents and overall concept plans for Building 1. Design shall comply with all VA Patient Privacy/Unified Federal Accessibility Standards (UFAS)/H-08- 9 space planning standards/criteria and will be constructed to VA standards. Design services may require architectural, interior design, civil, structural, MEP, Certified Industrial Hygienist, fire protection engineer, and AutoCAD drawings. Work may include but will not be limited to; project analysis and investigative reports, conceptual designs, contract documents (complete or abbreviated plans and specifications), asbestos abatement, site, exterior and interior layouts and designs, interior furnishings and finish schedules, project cost estimating and scheduling. Construction period services may require, but are not limited to, review of equipment, samples, mockups, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports, as-built drawings and digitizing manual as-built drawings into AutoCAD. The selected A/E team shall possess a thorough working knowledge of VA standards, specifications and design criteria. The team will also possess a thorough working knowledge of all construction, Life Safety, and ADA codes, requirements, and standards. All specifications with the exception of specialized or outdated specifications, shall be edited VA standards. Current VA standards, specifications and design information may be accessed and downloaded on the Worldwide Web, VA Web Site @ www.va.gov. All contract drawings shall be produced on AutoCAD version 2000 for Windows NT and will be dimensioned in both English and metric. Standard AIA AutoCAD layering Title blocks shall be utilized. Compact disks and Mylars of drawings shall be provided. All specifications and written documents shall be provided in Microsoft Word 97 for Windows. Any required scheduling shall be provided on Microsoft Project 4.0 version. Firms must meet minimum requirements before evaluation criteria will be applied. Minimum requirements are that prime and consulting A/E's servicing offices must be located within a 50-mile radius of Dallas, Bonham or Fort Worth. Upon meeting the minimum requirements, A/E selection will be based on the following criteria and maximum point values are shown to reflect relative importance: 1) Past performance and current methodology pertaining to quality control methods used to ensure technical accuracy of work, a thorough working knowledge of VA standards, specifications and design criteria is preferred, maximum 75 pts; 2) Past performance which exhibits specialized experience and technical competence in work to be performed, hospital experience is preferred, maximum 50 points; 3) Past performance which exhibits ability to design within budgeted cost limitation and prepare accurate and highly detailed construction cost estimates, max 50 points; 4) Professional qualifications of staff and consultants, maximum 45 pts; 5) Past performance and current work status which exhibits capacity to accomplish work in the required time, maximum 40 pts. In accordance with P.L. 100-656, this acquisition IS UNRESTRICTED. Total estimated construction cost is between $1M and $2M. North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and applies to this acquisition. The small business size determination is NTE $4 million in average annual receipts over the preceding three fiscal years. A/E firms which meet the requirements of this announcement, and are emerging small businesses, are invited to submit (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, in five copies. Submission should be marked Attn: Barbara Giddens (90C) at the above address, and are due by 3:30 p.m. local time, 9 Sep 02. THIS IS NOT A REQUEST FOR PROPOSALS! Note 24 applies.
 
Web Link
RFP 549-70-02
(http://www.bos.oamm.va.gov/solicitation?number=549-70-02)
 
Record
SN00129319-W 20020802/020731213548 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.