Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

C -- A/E - CLINICAL EXPANSION FOR MENTAL HEALTH SUB-ACUTE CARE & SLEEP LAB UNIT

Notice Date
4/21/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121
 
ZIP Code
94121
 
Solicitation Number
VA-261-10-RP-0101
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
Karen SmithContract Specialist
 
E-Mail Address
Contract Specialist
(karen.smith3@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center San Francisco, CA is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 to perform an Evaluation, Schematics, Design Development and Construction Documents for a 10, 000 SF Clinical Expansion for Mental Health Sub-Acute Care and Sleep Lab Units for Project # 662-607. The project Scope of Work entails two phases: Phase #1 - Evaluation/Design Development:The A/E shall conduct an evaluation /assessment and provide a report with recommendations within 12 weeks of contract award on three options. The following design parameters shall be considered and addressed in the report: "Excavation in the proposed footprint of the building "Feasibility and impacts of the relocation of any occupants for the project. "Location and footprint of the new building. "Total number of floors proposed. "Relocation of utilities impacted by the project. "Expansion of utility capacities "Phasing of the construction "Landscaping and exterior building configuration "Building profiles "Historical Section 106 impacts Each option shall consider sustainable design elements, and VA's conceptual Landscape Plan. Each option shall contain pro's/con's, drawings/schematics, 3-D modeling along with renditions of the structure, detailed cost estimates and timeline/phasing plans. Each option will highlight a different architectural profile/style, location, and footprint. The A/E shall coordinate with the VA and possibly with other regulatory agencies throughout the design process, to include other A/E firms in regards to environmental aspects of the project. The A/E shall interface with local concerned community groups to inform and explain the project design. Phase #2 - Design of Contract Documents:The A/E shall design the Clinical Expansion Building utilizing one of the options chosen by the VA hospital. The A/E shall provide all services including, Architectural & Landscaping, Environmental (NEPA), Geotechnical, Civil, Structural, Mechanical/ Plumbing, Fire Protection, Electrical and other investigative/technical services to design an esthetically pleasing, code compliant Clinical Expansion building. The design shall account for seismic and other geotechnical site conditions. The A/E shall provide all construction drawings, specifications, phasing, and detailed cost estimates so that, upon Contract Document completion, project can be bid for construction. Design shall incorporate alternate deducts (minimum 20% of requirement), to ensure budget constraints are met, but the base bid shall include the sum total of all work. Prime firm should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architectural, Geotechnical, Civil, Structural, Mechanical, Electrical Engineers, Interior Design, Plumbing, HVAC, Fire Protection Engineer, Environmental (NEPA) and Cost Estimators with experience working on clinical building projects. There will be an Informational Meeting at the VA Medical Center San Francisco Facility on May 4, 2010 from 9:00am -10:00pm in the Auditorium- Building 7, Room 112. Project scope will be discussed. No firms will be considered unless an application consisting of a completed SF-330 Parts I and II is received by the VA Contracting Officer. Five (5) copies of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include; (1) past five (5) years of performance capabilities designing a clinical structures within seismic zone 4; (2) specialized experience and technical competence in clinical structures; (3) capacity to accomplish the design work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) any other special qualification required under this announcement by the contracting activity. Firms that meet the requirements described in this announcement are invited to submit SF 330 by 3:00p.m., May 21, 2010, to the Contracting Officer, Ms. Karen Smith, and Consolidated Contracting Activity (CCA/90) 4150 Clement Street, San Francisco, CA 94121. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation (VA-261-10-RP-0101). Interested firms should be located within 100 miles of the VA Medical Center, 4150 Clement Street, San Francisco, CA 94121. This solicitation is unrestricted The construction cost range: $5,000,000.00 -$10,000,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA-261-10-RP-0101/listing.html)
 
Record
SN02128597-W 20100423/100421235230-50586d45d2d984e5fe1b075c76350b7f (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.