Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

C -- A/E Services to Correct Seismic Deficiencies Building 100 Nursing Tower & NHCU, and B101 Mental Health Services, VA Puget Sound Healthcare System, Seattle, WA

Notice Date
12/15/2008
 
Notice Type
Presolicitation
 
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-0005
 
Response Due
1/14/2009
 
Archive Date
3/15/2009
 
Point of Contact
Frank A ClemonsContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management, Washington, DC is seeking Architect or architect/engineer (North American Industry Classification (NAICS) 541310) firm capable of preparing all design documentation including, but not limited to, advance/master planning and design of two projects in the Seattle, WA area: a) Project No. 1 - Correct Seismic Deficiencies Building 100 Nursing Tower & NHCU, and, b) Project No. 2 - B101 Mental Health Services One (1) firm/team will be selected for both projects. 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; Seismic, 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. Project No. 1 - Correct Seismic Deficiencies Building 100 Nursing Tower & NHCU is a proposed project at the Seattle Division of VA Puget Sound Health Care System (VAPSHCS) to replace all braced frame members in Building 100, Nursing Tower (NT) and Nursing Home Care Unit (NHCU), with buckling restrained braces. The Bldg 100 NT comprises 180,528 GSF and the NHCU 38,226 GSF of an eight story (with basement) steel bracing and moment frame main hospital that was built in 1985. The purpose of this seismic renovation project is to continue delivering world-class health care to veterans in a seismically safe environment of care. 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, 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 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. Project No. 2 - B101 Mental Health Services proposes to construct: (1) a new multi-story Mental Health Services and Research building containing approximately 203,000 GSF. The proposed new multi-story building will incorporate approximately 68,000 GSF of new space for Mental Health Services, with roughly another 111,000 GSF dedicated to Research, and around 20,000 GSF for Canteen and Retail Store; (2) a new 600 to 800 car parking structure ; (3) demolition of roughly 63,000 GSF of existing space, and (4) renovate approximately 25,000 GSF of clinic space on 6East and 6West recouped from Mental Health and Research and will be converted back into inpatient wards to meet the shortage of bed space identified by CARES and allows VA to dedicate space to a VA/DoD Joint Incentive Fund to consolidated two cardio-thoracic programs into one at the Seattle campus of existing Mental Health and Research space will be converted. 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 certification. 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 firms, or teams, Quality Assurance /Quality Control procedures. In addition, the firms or teams must demonstrate their ability to effectively utilize Building Information Modeling (BIM) in developing this project from its initial conception through completion of documentation. In addition, the firm, or team, must demonstrate experience with phasing of complex construction projects as it impacts on-going healthcare operations. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. 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, 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 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. 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 shall design to the governments estimated cost for construction. Applicants must have an established working office within 100 mile radius of Seattle, Washington, be of sufficient size and experience to accomplish the work, and be licensed in the State of Washington. 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 Office of Construction and Facilities Management, 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 between 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 consultants 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 applicants capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-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: (a) 28.7% for Small Business (SB); (b) 5% for Small Disadvantaged Business (SDB); (c) 5% Women-Owned Small Business (WOSB); (d) 3% for Historically Underutilized Business Zone Small Business (HUB Zone); (e) 10% for Veteran-Owned Small Business (VOSB); and (f) 7% for Service-Disabled Veteran-Owned Small Business (SDVOSB). Note: The covenant against contingent fee clause is applicable to this solicitation. *** Point of Contacts (POC): POC Selection Process is Robert T. Smoot, 202-461.8220; POC Scope is William Ulibarri, 707-562-8414
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dca951bbde50ea5a4d1ab80076fa73ba&tab=core&_cview=1)
 
Place of Performance
Address: VA Puget Sound Health Care System;Seattle Division;1660 S. Columbian Way;Seattle, WA<br />
Zip Code: 98108<br />
 
Record
SN01719087-W 20081217/081215215539-dca951bbde50ea5a4d1ab80076fa73ba (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.