Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOURCES SOUGHT

C -- VAMC St. Louis (John Cochran Division), MO Bed Tower Addition and Renovations

Notice Date
8/25/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, 811 Vermont Ave NW;Washington, DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RI-0245
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
Noella A. Bond noella.bond@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction & Facilities Management is looking for Architect or architect/engineer (NAICS 541310) firms that are SDVOSB, VOSB, and/or WOSB. Additionally, the VA is looking for General Construction firms that are SBA certified in the following programs: 8(a), 8(a) ANC, HUBZone and SDB. 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 - Spinal Cord Injury (SCI), mental health and dementia, or similar complex healthcare projects, both new construction and renovation. The firm must be capable of preparing all design documentation including, but not limited to, advance/master planning and design of a Bed Tower Addition and Renovations in the St. Louis, MO area. Probable Scope: The new construction component of this project could include a new bed tower and other support space containing around 260,000 GSF with roughly the following bed compliment: Inpatient Medical & Surgical Wards (83 beds); Medical & Surgical ICU (15 beds); Inpatient Mental Health (10 beds); Inpatient SCI (20 beds); along with SCI Rehab Medicine, Methadone Clinic, Medical Research, ER, Chapel, Educational Facilities, Medical Media, and Lobby. In addition, this project will also renovate approximately 130,000 GSF on the 1st, 5th, 6th, 7th, 8th & 9th floors of Building 1. The renovated space may include the following: Ambulatory Clinics; New Ambulatory Surgery; Dental; Pulmonary Medicine; Pharmacy; EEG; Digestive Diseases; ASP; Mental Health; Engineering; and IRM. In order to meet the Medical Center's initial assessment of parking needs, two (2) garages will be integral to this project. A new 400-space (approximately) multi-level parking structure will be constructed over the existing surface parking lots located west of the existing main building and a new 600-space (approximately) parking structure will be constructed adjacent to the new bed tower. Approximately ten (10) existing buildings totaling about 165,000 GSF will be demolished to provide usable ground on the north and west sides of the campus for the new building and parking structures. Once a thorough analysis of the Medical Center's needs has been completed, the scope and method of meeting those needs may change and require a different approach. 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 will be considered. Emphasis will be placed on cost and scope management 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 St. Louis, Missouri, be of sufficient size and experience to accomplish the work, and be licensed in the State of Missouri. At this time, no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION. Firms having the skills and capabilities necessary to perform the stated requirements and can answer YES to all of the above; please forward an email (ONLY) to noella.bond@va.gov with the following information: 1. Name and address of your firm. 2. Name, phone number, and email address of a point of contact. 3. DUNS number. 4. Certified business type. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. DO NOT REQUEST A SOLICITATION PACKAGE. THE GOVERNMENT IS ONLY SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS FOR THIS PROJECT. LOOK FOR ANY FURTHER INFORMATION IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c628a490d9702d1e02063086de9d8f0e&tab=core&_cview=1)
 
Place of Performance
Address: 915 Grand Blvd.;St. Louis, MO<br />
Zip Code: 63106<br />
 
Record
SN01650274-W 20080827/080825222203-c628a490d9702d1e02063086de9d8f0e (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.