Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOURCES SOUGHT

C -- DESIGN CONSTRUCT ADDITION FOR CATH LAB/CT

Notice Date
10/8/2003
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (528A72-90NCA), 800 Irving Avenue, Syracuse, New York 13210-2799
 
ZIP Code
13210-2799
 
Solicitation Number
528A7-05-04
 
Response Due
11/14/2003
 
Point of Contact
Point of Contact - Michael W. Reed, Senior Contract Specialist, (315) 425-4854, Contracting Officer - Michael W. Reed, Senior Contract Specialist, (315) 425-4854
 
E-Mail Address
Email your questions to Michael W. Reed
(michael.reed2@med.va.gov)
 
Description
Subject to the availability of funds and project approval, VA intends to award an Architect/Engineer contract for preparation of working drawings and specifications, cost estimate, submittal review and other construction period services for Project Number 528-707 Construct Addition for Cath Lab/CT at the VA Medical Center, Syracuse, NY. The purpose of this project is to provide space for a new Cardiac Catheterization Lab and an additional (second) Computed Tomography (CT) Scanner. The Syracuse VA Medical Center currently accomplishes Cath lab procedures using equipment that is almost at the end of its useful life. The new equipment planned for this function will not fit into the existing space. An additional CT scanner is required to reduce the waiting times associated with the workload of the existing scanner. An analysis has shown that construction of new space is the most effective way to meet the needs of our patients. This project involves the construction of an additional floor to accommodate these functions. The addition will be placed over an area that is now being constructed and was structurally designed to support an additional floor level. The design will try to comply as much as possible with the goal to align the functionality of services, placing the new equipment adjacent to the Imaging Department, which is located on the 3rd floor. The construction will meet all applicable Patient Privacy/UFAS/H-08-09 space planning standard/criteria, and will comply with the VA Design Guide. The design entails evaluating the existing areas that adjoin the future addition and determining the optimal way of tying into the space in terms of cost, NFPA compliance, impact on existing activities and functionality. The designer shall perform a structural analysis to ensure the capability of the existing building to support the new construction and equipment. The VA will inform the designer of the intended make and model of the equipment as soon as possible so as to allow compliance with any specific requirements. This will occur after award of the design contract. The designer will evaluate the electrical power (and other utility) requirements and include all necessary construction to bring necessary utilities to the addition. The project will include providing all telephone and computer network infrastructure required and affected by the construction. The addition will be approximately 6.000 square feet. Services require mechanical, electrical, structural, civil, architectural, and asbestos abatement investigation of the existing facility as necessary including full on-site investigation to verify existing conditions as it pertains to this project. Investigative services shall include review of VA program requirements and project scope to determine the equipment and construction criteria, and to provide preliminary plans, drawings, and estimates. Design services shall include, but not be limited to, providing complete working drawings, specifications, and detailed cost estimates. Services include meet with various VA employees, in order to fully understand the functional needs, carefully review the space selected for this project, then prepare construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos abatement, if found to be required at any time during the project, shall be included. Design services shall include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Asbestos Monitoring services during construction may be required of the A/E as a reimbursable expense. VA if required may contract for these services separately. Design services shall also include interior design including graphics, signage, equipment and furniture. Provide computer generated color isometric views as directed by the COTR to illustrate the design. Designer shall work with GSA contract vendors (as necessary and at designer?s expense) to develop furniture plans and drawings, window treatments, equipment listings and layouts for purchase directly by VA. Drawings will be CADD generated with Auto Cad 14. Specifications shall be compiled from VA master specifications which are available on the internet. Selection of the Architect/Engineer will be based on specialized experience, capability of the firm to perform, professional qualifications of the staff to be assigned to the project, past performance for VA work and/or similar hospital projects, and the record of past performance in the form of a comparison between their estimates and actual project awards. The area of consideration is restricted to firms within a 165 radius of the Medical Center. Appropriate data for this project must be submitted on Standard Forms 254 and 255 no later than November 14, 2003. FIVE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submission should emphasize experience on similar projects (Block 10 of the SF 254), the personnel to be assigned to this project (Block 4 of the SF 255), and specific VA experience. A/E Selection will not be made until at least 4-6 weeks after receipt of applications and may not occur until March 2004. This is not a request for proposals. NAICS 54131 applies. Construction cost estimate is between $2,000,000 and $5,000,000.
 
Web Link
RFI 528A7-05-04
(http://www.bos.oamm.va.gov/solicitation?number=528A7-05-04)
 
Record
SN00449522-W 20031010/031008213133 (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  © 1994-2020, Loren Data Corp.