Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOLICITATION NOTICE

C -- Project No. 520-324 Surgery/ICU Renovation (A/E)

Notice Date
12/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Gulf Coast Veterans Health Care System, Department of Veterans Affairs Gulf Coast Veterans Health Care System, Department of Veterans Affairs;VA Gulf Coast VHCS;A&MMS (90C) Bldg T102 Rm A110;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
VA-256-09-RI-0048
 
Response Due
12/19/2008
 
Archive Date
2/17/2009
 
Point of Contact
Cindy DavenportContract Specialist<br />
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue a Request for Proposal. The VA Gulf Coast Veterans Health Care Center, Biloxi, MS, is conducting a market survey for qualified small businesses that are Veteran-owned (VOSB) or Service Disabled Veteran Owned (SDVOSB) located within a 250 mile radius of the VAGCVHCS located at 400 Veterans Avenue, Biloxi, MS. If there are enough responses of interest to this notice the Request for Proposal will be issued as a 100% set-aside for SDVOSB or VOSB. Look for any further information in FedBizOpps. Applicable NAICS code is 541310 size standard $4.5 million. Responses to this notice must be submitted in writing (email or fax is acceptable) and received no later than December 12th, 2008. NO TELEPHONE INQUIRIES will be accepted. All responses to this notice must indentify the social economic category of the respondent, name and address of company, name and phone number of contact person, and must also include the company's DUNS number. Applicants must have an established working office within a 250 mile radius of Biloxi, Mississippi. Description of the work to be performed includes: Provide professional Architect/Engineer (A/E) Services to include preliminary services, investigative work, planning consultations and visits, design work, preparation of contract drawings and specifications, preparation of bid items, and if necessary, respond to contractor's and subcontractor's inquiries during the bid period, preparation of as-built drawings, preparation of cost estimates, and construction period services as necessary for construction administration and installation of all work for Project No. 520-324. There will be three (3) submissions for working drawings and specification; 25%, 75%, and 100% design submissions. This project consists of a complete renovation of Surgery and ICU 4th Floor of Building 3. Included will be minor floor space reallocation, significant infrastructure/utility upgrades, and upgrading of interior finishes. All areas will be updated to meet the latest VA requirements for modernization. This includes rehabilitation of walls, floors, ceilings, doorways, and restrooms. Remodeling in some areas to meet new space criteria and increase space utilization. Updating environmental controls and equipment such as ventilation fans, air handling equipment, and air distribution. NOTE: No major space changes will be performed resulting in a lower per square foor renovation cost. The existing infrastructure is over 25 years old and does not meet current Surgery/ICU needs or design criteria. This includes room sizes, and configuration features and criteria for Surgery and ICU. Potential code issues related to JCAHO, SOARS, CAP, and other required review agencies will be addressed and resolved with this project. Currently we do meet the air change and air flow requirements in all surgery suites; however, once the rooms are brought up to standard size, this may not be the case. With the system we currently have, we are unable to compensate or make adjustments to meet the latest requirements without significantly impacting daily operations. We intend to use this project as an opportunity to make the necessary upgrades that will allow us to monitor and maintain the air quality requirements at all times. In addition, we intend to modernize Surgery and ICU by upgrading finishes and utilities serving these areas. The Surgical Service design will follow Department of Veterans Affairs Design Guide dated August 2005 for Surgical Service templates located at http://vaww.va.gov/facmgt/standard/dg_surg.asp. Interior construction will meet all required codes and standards. It is anticipated that the project will be designed with vinyl, carpet, and rubber flooring, painted gypsum wallboard system, acoustical ceiling grid systems (except wet areas), corner guards and handrails throughout hallways, and other standard medical clinic interior finishes. The A/E will prepare a proposed color chart with all finishes for approval by VA Interior Design staff. The design includes all mechanical and electrical systems. Plumbing will include sanitary, hot, and cold water systems. It is not anticipated to include any medical piping. The HVAC system will include zoned air handlers, variable air boxes, etc. all controlled by a central computer system. The electrical system consists of standard electrical devices (220/120V) and low-voltage systems. The low-voltage systems will include CAT5 data and phone, nurse call, panic alarms, fire alarms, security entrance systems, etc. The project design shall be completed in accordance with the scope of work and all appropriate Department of Veterans Affairs (VA) Standards, specifications, and other criteria unless otherwise approved by VA. The design shall be reviewed and approved by a Registered Fire Protection engineer. The following references, as a minimum, shall be utilized for planning and design purposes: H-08-1, VA Master Construction Specifications H-08-3, VA Construction Standards H-08-4, VA Standard Details NFPA, EPA, OSHA, and all applicable local, state, and Federal regulations Upon completion of the construction, A/E shall obtain from the construction contractor a marked-up set of drawings incorporating "as-built" conditions. A/E shall submit one (1) set of Mylar sepia "as-builts" (each drawing shall be stamped "AS-BUILT" in red ink), and shall submit computer generated material depicting as-built conditions in accordance with all applicable VA Engineering CADD requirements. A/E shall submit final "as-built" diskettes to VA Engineering in AutoCad 2004 (or better). All design submissions are subject to Department of Veterans Affairs review.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cdea590c9c049246248badea3b875943&tab=core&_cview=1)
 
Place of Performance
Address: VA Gulf Coast Veterans Health Care System;400 Veterans Avenue;Biloxi, MS<br />
Zip Code: 39531<br />
 
Record
SN01721043-W 20081220/081218215107-cdea590c9c049246248badea3b875943 (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.