Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOURCES SOUGHT

C -- American Lake A/E Services for Seismic Corrections Bldg 81 Bldg 81

Notice Date
12/3/2008
 
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-101-09-RP-0033
 
Response Due
12/12/2008
 
Archive Date
2/10/2009
 
Point of Contact
Frank A ClemonsContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), Washington, DC is seeking Architects or Architect/Engineers, North American Industrial Classification Code (NAICS) 541310, in the following small business categories: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) 8(a); (4) Historically Underutilized Business Zone (HubZone); (5) Women Owned Small Business (WOSB) and/or (6) Small Disadvantaged Businesses. The architect or architect/engineer (NAICS 541310) firm must be capable of preparing all design documentation including, but not limited to, advance/master planning and design of an outpatient clinic in the American Lake, Washington 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, Seismic, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; an independent Commissioning Agent; and 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. This proposed project at the American Lake Division of VA Puget Sound Health Care System (VAPSHCS) is twofold. First, new construction of a 70,000 GSF modern outpatient medical facility will replace the existing main hospital. Second, the VA will mothball the five floors of the original main sections of Bldg 81, which was built in 1947, leaving the more recently constructed additions operational. The new additions include a pharmacy extension of 1,100 GSF built in 2003 on the south end of Bldg 81 and the ambulatory care clinic extension for 15,572 GSF built in 1997 on the north end of Bldg 81. In addition, this project may require coordination and phasing with the FY 2006/7 pending minor construction project in the design phase to renovate two floors (to expand radiology and primary care) in Bldg 81. 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 LEED 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 American Lake, Washington, be of sufficient size and experience to accomplish the work, and be licensed in the State of Washington. If your firm falls into one or more of the following small business categories mentioned above, please forward an email (ONLY) to frank.clemons@va.gov with: (a) name and address of your firm, (b) DUNS number, (c) name and phone number of a point of contact, (d) NAICS code, and (e) experience in designing projects of a similar size and scope. 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=af53682058957f1969f599c1d3ea6a6b&tab=core&_cview=1)
 
Place of Performance
Address: VA PUGET SOUND HEALTHCARE SYSTEM;AMERICAN LAKE DIVISION;9600 VETERANS DRIVE;TACOMA, WA<br />
Zip Code: 98493<br />
 
Record
SN01713176-W 20081205/081203221024-af53682058957f1969f599c1d3ea6a6b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.