Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

C -- AE Canadaigua, NY

Notice Date
12/16/2008
 
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-0039
 
Response Due
1/16/2008
 
Archive Date
3/16/2008
 
Point of Contact
Patricia A. Ellis<br />
 
Small Business Set-Aside
N/A
 
Description
Advertisement for A/E ServicesVAMC, Canandaigua, NY The Department of Veterans Affairs, Office of Construction and Facilities Management, Washington, DC is seeking architect or architect/engineer (NAICS 541310) firm capable of preparing all design documentation including, but not limited to, advance/master planning and design of long term care medical facility in the Canandaigua, New York area. The prime contractor should have, at least, the following licensed/registered specialty disciplines as 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 hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects including long term care inclusive of both new construction and renovation. Probable Scope: VA proposes to construct a new long term care facility to include 120 nursing home beds, gero-psychiatric services and hospice care (approx. 130,000 GSF), and 50 domiciliary beds and residential rehab services (approx. 32,000 GSF). Selective building demolition and renovation of the existing 70+ year old medical campus will be necessary. An alternative to renovating more of the existing buildings is to construct a new Outpatient Clinic. Existing buildings will be either renovated or replaced to address (approx. 324,000 GSF) for outpatient services, behavioral health services and logistic / administrative support departments. 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. The project will entail multiple phases, a coordinated move plan that sustains operation of the hospital and temporary swing space. Roadway re-alignment and utility upgrades are also anticipated through a master plan 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 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 Canandaigua, New York be of sufficient size and experience to accomplish the work, and be licensed in the State of New York. 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, 811 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 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 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. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be: 28.7% (SB), 5% (SDB), 3% (WOSB), 5% (HUB Zone), 10% (VOSB), and 7% (SDVOSB). Note: The covenant against contingent fee clause is applicable to this solicitation. *** Selection Process: Robert T. Smoot, 202-461-8220 Contracting Office Address: Department of Veterans Affairs: Office of Construction and Facilities Management (OOCFM3B); 811 Vermont Ave, NW; Washington DC 20420 Place of Performance: Canandaigua VA Medical Center; 400 Fort Hill Avenue; Canandaigua, NY 14424 Point of Contact(s): Patricia A. Ellis 202-461-8489
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c8cfb0ad4f2414488506e574053c1e9&tab=core&_cview=1)
 
Record
SN01719756-W 20081218/081216215413-243f9739706510c1a09d71e4fd556987 (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.