Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

C -- VAMC San Antonio, TX - Polytrauma Rehabilitation Center (PRC) and CARES Supported Specialty Care Upgrades, Project No. 671-048

Notice Date
10/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RI-0008
 
Response Due
11/28/2007
 
Archive Date
12/28/2007
 
Point of Contact
Ed Nicholson Contracting Officer 202-565-4583
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction & Facilities Management is looking for an Architect or Architect/Engineer (NAICS 541310) firm capable of preparing all design documentation including, but not limited to, advance planning and design of Polytrauma Expansion and Cares Supported Specialty Care Upgrades in the San Antonio, TX 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; 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. Points of Contact: Selection Process: Robert T. Smoot, 202-565-4181; Scope: Robert Clifton, 707-562-8403 Scope: The project consists of two phases: Phase 1 is the construction of a multi-level building with approximately 84,000 GSF for state-of-the-art Polytrauma Healthcare and Rehabilitation Center. Departments and services may include but not limited to: Polytrauma nursing unit (12 beds); transitional housing space (12 apartments); Polytrauma and multi-purpose rehab space; Physical Medicine & Rehabilitation Service; and, Prosthetics Service space. This new building will be adjacent and linked to the existing hospital. Also, additional centrifugal chillers and cooling tower capacity will be required. Phase 2 is the renovation of approximately 32,500 GSF of office, procedure and exam room space on the ground and first floors of the Main Hospital Building (Bldg). 1). This complete gut and renovation will allow the Administration and Human Resources Service offices to be relocated to the ground floor where the Physical Medicine and Rehabilitation Service now exists. The first floor areas vacated by the Administration, Human Resources and MAS offices would then be renovated for medical and surgical subspecialties. 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; and, in addition, the project will comply with the VA Sustainable Design and Energy Reduction Manual. 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 criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. 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 equivalency. Only firms, or teams, with in-house architectural services, recent experience in the design of contemporary, state-of-the-art medical facilities similar to that proposed, with additional experience with retrofitting of innovative seismic solutions along with phasing of on-going operations. Emphasis will be placed on estimating capabilities and previous successful experience with construction and renovations of medical facilities, along with the firm's, or teams', Quality Assurance /Quality Control procedures. In addition, the firms or teams must demonstrate their ability to effectively utilize IFC version 2X3 (or later) compliant parametric Building Information Modeling (BIM) software in developing this project from its initial conception through completion of documentation. 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/team shall design to the government's estimated cost for construction. Applicants must have an established working office within 150 mile radius of San Antonio, Texas, be of sufficient size and experience to accomplish the work, and be licensed in the State of Texas. 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 Cost Estimating and A/E Evaluation Service (00CFM1B) 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 among 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 small business 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 business subcontracting goals will be: 3% (SDVOSB), 7% (VOSB), 5% (SDB), 3% (HUB Zone), 5% (WOSB), and 23% (SB). Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
 
Place of Performance
Address: Audie L. Murphy Memorial Veterans Hospital;7400 Merton Menter;San Antonio, TX
Zip Code: 78284
Country: US
 
Record
SN01438556-W 20071024/071022223321 (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.