Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

C -- AE Services for Centers for Ambulatory Care and Polytrauma Rehabilitation, VAMC Palo Alto, CA

Notice Date
11/21/2007
 
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-0022
 
Response Due
12/28/2007
 
Archive Date
1/27/2008
 
Point of Contact
Ed Nicholson Contracting Officer 202-565-4583
 
E-Mail Address
Email your questions to Contracting Officer
(ed.nicholson@va.gov)
 
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 Centers for Ambulatory Care and Polytrauma Rehabilitation in the Palo Alto, CA 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; an independent Commissioning Agent; 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. Selection Process: Robert T. Smoot, 202-565-4181; POC Scope: Bob Clifton, 707-562-8403. Scope: This project will construct Centers for Ambulatory Care and Polytrauma Rehabilitation at VA Palo Alto Health Care System's (VAPAHCS) Palo Alto Division. A 300,000 GSF Ambulatory Care Replacement Center will accommodate most Palo Alto Division ambulatory care clinics, many of which are currently located in former inpatient psychiatric buildings originally constructed in 1960. This project will consolidate approximately 240,000 ambulatory care encounters and translational research programs into state-of-the-art? facilities. In addition to the Ambulatory Care Replacement Center, this project will construct a 79,100 GSF Polytrauma Rehabilitative Center. The new Polytrauma Rehabilitation Center will house both inpatient and outpatient treatment programs. Today, Palo Alto's existing Polytrauma Rehabilitation Center is located in former inpatient psychiatric buildings originally constructed in 1960. As one of VA's four Polytrauma Rehabilitation Centers, modern treatment facilities are required to treat patients diagnosed with complex multi-trauma injuries related to combat. This proposal will replace six (6) buildings [three (3) buildings are classified as Exceptionally High Risk (EHR) and the remaining three (3) are large, temporary clinical modular buildings]. The abatement and demolition include Buildings 4, 23, 54, and clinical Modular Buildings (MB2, MB3, MB4). Collectively, razing these six (6) buildings will eliminate nearly 300,000 GSF of structurally deficient Exceptionally High Risk (EHR) and potentially hazardous buildings from VA Palo Alto Health Care System. In addition to new construction and demolition, this project includes asbestos abatement, hazardous material mitigation, site restoration and the construction of a parking structure. Landscape and other exterior revisions, associated with site work, utility feeds, cabling, impact moves and emergency generators are included within the scope of this project. Seismic design will adhere to VA's manual for Seismic Design Requirements (H-18-8). 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, along with water and energy efficiencies 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 Silver 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 vertical expansion/integration 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 2x-3 (or later) compliant parametric Building Information Modeling (BIM) system in developing this project from its initial conception through completion of documentation. The team shall have the experience, ability, and data management skills to execute an integrated design approach using BIM technology. 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 team shall design to the government's estimated cost for construction. Applicants must have an established working office within 100 mile radius of Palo Alto, California, be of sufficient size and experience to accomplish the work, and be licensed in the State of California. 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 by the response 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 contracting goals will be: 3% (SDVOSB), 7% (VOSB), 5% (SDB), 3% (HUB Zone), 5% (WOSB), and 25% (SB). Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
 
Place of Performance
Address: 3801 Miranda Avenue;Palo Alto, CA
Zip Code: 94304
Country: US
 
Record
SN01456672-W 20071123/071121223510 (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.