Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOURCES SOUGHT

C--C -- NEW ORLEANS. LA ? Renovation/Modernization/New Medical Center

Notice Date
2/17/2006
 
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
101-06-0005AE
 
Response Due
3/22/2006
 
Archive Date
4/21/2006
 
Small Business Set-Aside
N/A
 
Description
Architect or Architect/Engineer (NAICS 541310) firm capable of preparing all design documentation including, but not limited to, advance planning and design of a project that could range from restoration of the existing facility with appropriate hurricane hardening to restoration and modernization/expansion of the existing medical center to a new medical center in the New Orleans, LA area. Prime contractor should have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architects; Medical Planners; Structural, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; Natural Resources Specialist; and Cost Estimators with experience in the planning and design of hospitals, large medical and research facilities, long term care ? mental health and dementia, or similar complex healthcare projects Scope: The project could include, but is not limited to, inpatient hospital beds, long term care beds, ambulatory care space, energy plant, and office space as well as a parking garage and surface parking. 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. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards. All structures and utilities will be designed to meet VA?s pending Hurricane Mitigation Guidelines, as well as the Interagency Security Committee?s and other relevant physical security guidelines. The 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. The completed project should be capable of achieving LEEDS certification. Only firms, or teams, 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, along with the firm?s, or teams?, Quality Assurance/Quality Control procedures. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. In addition to design capabilities, estimating capabilities of the applicants will be considered. An estimate of construction cost based on level of design detail will be required at each design phase. The selected firm shall design to the government?s estimated cost for construction. Applicants must have an established working office within 150 mile radius of New Orleans, Louisiana, be of sufficient size and experience to accomplish the work, and be licensed in the State of Louisiana. 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 by March 22, 2006, 3:30 PM EST. 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 - advance planning and design on projects of similar scale and scope - 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, achieving waste reduction, energy efficiency, and systems integration 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% WOSB, 3% HUBZone, 7% VOSB, and 3% SDVOSB. Note: The ?covenant against contingent fee? clause is applicable to this solicitation. ***
 
Place of Performance
Address: New Orleans, LA
Zip Code: 00000
Country: United States
 
Record
SN00990526-W 20060219/060217212039 (fbodaily.com)
 
Source
FedBizOpps 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.