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 -- A/E Services for New Alameda PointOutpatient Clinic, Alameda, CA

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, 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-RP-0247
 
Response Due
9/10/2008
 
Archive Date
11/9/2008
 
Point of Contact
Frank A Clemons202-461-8486
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), Washington, DC is seeking Architect/Engineer (AE) firms certified in the following categories: (1) Service Disabled Veteran Owned Small Business (SDVOSB), (2) Veteran Owned Small Business (VOSB), (3) 8(a), (4) HubZone, (5) Woman Owned Small Business (WOSB), and/or (6) Small Disadvantaged Business (SDB.) The AE firm must be approved under NAICS Code 541310 Architectural Services with a small business size standard of $4.5 million capable of preparing all design documentation including, but not limited to, advance/master planning and design of a new Outpatient Clinic in the Alameda, California area, an entity of VA Northern California Health Care System, Sacramento VA Medical Center. 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: (1) Architects; (2) Medical Planners; (3) Structural, Seismic, Mechanical, Geo-technical, Communication, and Electrical Engineers; (4) Interior Designers; (5) an independent Commissioning Agent; and (6) Cost Estimators with experience in the planning and design of new hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects. Probable Scope: VA proposes to construct a new consolidated outpatient clinic containing approximately 110,000 GSF. It is VAs intent is to share the facility with the Department of Defense (DOD) in providing care, such as, ambulatory surgical suites and primary care, along with a significant mental heath component. In addition, major utilities will have to be brought to the proposed site acquired as part of the on-going Base Closure Realignment Commission (BRAC) process. Once a thorough analysis of the users and the facilitys needs has been completed, the scope and method of meeting those needs may change and require a different approach. Seismic design will adhere to VAs 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 VAs 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 Request for Proposal (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. Additional tasks may include site analysis and selection of potential new locations for the new facility. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firms, 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 governments estimated cost for construction. Applicants must have an established working office within 100 mile radius of Alameda Point, California, be of sufficient size and experience to accomplish the work, and be licensed in the State of California. Award of contract is dependent upon the availability of funds. If your firm can meets the criteria above, please forward an email (ONLY) to frank.clemons@va.gov with the name and address of your firm, DUNS number, name and phone number of a point of contact in case further information is needed. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS. LOOK FOR ANY FURTHER INFORMAITON IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09b0d04679183f3b4ffc750258089f23&tab=core&_cview=1)
 
Record
SN01650303-W 20080827/080825222245-09b0d04679183f3b4ffc750258089f23 (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.