Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
MODIFICATION

C -- Minneapolis, Minnesota - SCI and SCD Center

Notice Date
7/28/2004
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
618PR2401
 
Response Due
8/27/2004
 
Point of Contact
Contracting Officer - Chris Kyrgos, Contracting Officer (183B3), Ph:(202) 565-5215, Fx:(202) 565-4864
 
E-Mail Address
Email your questions to Chris Kyrgos
(chris.k.kyrgos@hq.med.va.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
POC Scope: Randall McMasters, 847-578-3873/ Selection Process: Robert T. Smoot, 202-565-4181. Architect or architect/engineer firm (NAICS 541310) to provide professional services for the advanced planning and design of a project for the construction of a new VA Spinal Cord Injury/Disorder Center at Minneapolis, Minnesota. This project will require new construction of approximately 45,000 square feet and associated sitework elements along with surface parking. The new facility is supported by the CARES planning model and the draft national CARES plan as well as the VHA SCI Program Office. Space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency. Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in design. The completed project should be capable of achieving LEEDS certification. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards. Physical security and force protection will be an integral part of the final design. The new space will be in compliance with the Uniform Federal Accessibility Standards (UFAS) and PG-18-13 in all areas. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. Only firms with in-house architectural services, experienced in the design of similar facilities, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with construction of medical facilities. Only architects or architect/engineer firms demonstrating the above capabilities and a planned approach to perform contract services, and, with systems integration, such as the VA Hospital Building System, will be considered. Applicants must have an established working office within a 125-mile radius of Minneapolis, Minnesota. of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of Minnesota. This proposed acquisition is a 100% Small Business 8A Set-a-Side. Firms must indicate in response whether they meet the requirements for a small business 8A concern. Preference will be given to firms with working offices in the State of Minnesota. No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (181A, Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required within 30 days of the date of this advertisement. A current SF 330 Part II, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultant?s office involved. Applicants will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant?s capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-owned consultants and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. Note: The ?covenant against contingent fee? clause is applicable to this solicitation. ***
 
Web Link
RFP 618PR2401
(http://www.bos.oamm.va.gov/solicitation?number=618PR2401)
 
Place of Performance
Address: VA Medical Center Minneapolis, Minnesota
Zip Code: 00000
Country: United States
 
Record
SN00631980-W 20040730/040728212019 (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.