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
SOURCES SOUGHT

C -- VA Medical Center, Gainesville, Florida - Correct Patient Privacy Deficiencies

Notice Date
7/28/2004
 
Notice Type
Sources Sought
 
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
573PR2070
 
Response Due
8/27/2004
 
Point of Contact
Point of Contact - Robert Smoot, Director, A/E Evaluation and Program Support Team (181A), Ph: (202) 565-4181, Fx:(202) 565-5454, Contracting Officer - John Blake, Contracting Officer (183B), Ph:(202) 565-5784, Fx:(202) 565-5086
 
E-Mail Address
Email your questions to John Blake
(john.blake@hq.med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
POC Scope: William Totolo, 901-577-7386/ 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 new in-patient bed space and correction of code, patient privacy and handicapped deficiencies for the VA Medical Center in Gainesville, Florida. The project could include, but is not limited to, a new 241,000 GSF addition and renovation of approximately 66,000 GSF. Space layout and interior partitioning will meet current VA Space Planning Guidelines. 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, medical gases, nurse call and fire and safety systems will meet current codes and standards. Physical security and force protection along with infectious disease control will be an integral part of the final design. All structures and utilities will be designed to meet VA Seismic Design Requirements H-18-08. 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, recent experience in the design of contemporary, state-of-the-art medical centers similar to that proposed and with systems integration, such as the VA Hospital Building System, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with construction of medical centers . Only architects or architect/engineer firms demonstrating the above capabilities and a planned approach to perform contract services will be considered. Applicants must have an established working office within the State of Florida, of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of Florida. Preference will be given to firms with working offices in the State of Florida. 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 as demonstrated by recent successful construction of contemporary medical centers, 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. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be: 23% (SB), 5% (SDB), 5% (WOB), 3% (HUB Zone), 7% (VOB), and 3% (SDVOB). Note: The ?covenant against contingent fee? clause is applicable to this solicitation. ***
 
Web Link
RFP 573PR2070
(http://www.bos.oamm.va.gov/solicitation?number=573PR2070)
 
Place of Performance
Address: VA Medical Center, Gainesville, Florida
Zip Code: 00000
Country: United States
 
Record
SN00631982-W 20040730/040728212021 (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.