Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

C -- Consolidate/Expand Medical Procedures Clinic Project # 612-111 (Mather Campus, CA)

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);5342 Dudley Blvd. CCA-Bldg 209;McClellan Park CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA26110RP0252
 
Response Due
8/18/2010
 
Archive Date
11/25/2010
 
Point of Contact
Ashok Singh
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
The VA Northern California Health Care System (VANCHCS), California is seeking professional Architect/Engineering Firms to submit Standard Form (SF) 330 for evaluation to provide construction documents, working drawings, specifications and cost estimate, shop drawing review and construction period services as required for a new 16,000 gross square feet Medical Procedures Clinic, Project # 612-111, at the VA Hospital, Mather California. VANCHCS will provide a preliminary space program to the successful AE firm for the proposed center; this space program shall be refined and developed by the AE prior to start of the design via meetings with VANCHCS staff and leadership. The A/E shall design a building within the given construction cost target but no more than 16,000 gross square feet and, is contiguous and integrated with the Medical Center to ensure continuity of care. 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: Architect; Medical Planners; Structural, Mechanical, Geo-Technical, Communication, Plumbing, and Electrical Engineers; Interior Designers; and Cost Estimators with experience in the programming, planning and design of Medical Clinics or similar complex Healthcare facilities. All new space and Utilities shall be designed to comply with all applicable building codes, VA specifications and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS Sliver Certification. Only firms, or teams, with in-house architectural services, experienced in the design of similar projects, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with the design of facilities in a medical facility environment. Interested and qualified firms shall submit a complete SF-330 Parts I and II to the VA Contracting Officer at the address listed below. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications in the following areas: (1) Past Performance capabilities; (2) Specialized experience and technical competence; (Architect; Medical Planners; Structural, Mechanical, Geo-technical, Communication, Plumbing, Electrical Engineers, Interior Designers; and Cost Estimators with experience in the programming, planning and design of a rehabilitation center or similar complex healthcare projects), as required in a health care environment (3) Capacity to accomplish the 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 (6) Any other special qualification required under this announcement by the contracting activity (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM, Fast Track Construction and others). Informational Site Visit is scheduled at 1:30PM, August 5th 2010 in Bldg 650, RM SP1B281 (Big Conference Room) at VA Mather, CA. Firms interested in being considered for this project are to submit their completed SF 330 Four (4) copies (see distribution below) and one (1) copy electronically (PDF) to Ashok.Singh@va.gov no later than 2:00PM PST on August 18th, 2010. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant's office involved. The Firms that meet the requirements as described shall submit required (3) copies of SF 330's to; Attn: Mr. Anthony C. Wong Department Of Veterans Affairs Chief of Projects (VANCHCS) 10535 Hospital Way Mather, CA 95655 and one (1) copy of SF 330's to: Attn:Ashok Singh Department of Veterans Affairs Contracting Officer, VISN 21, 5342 Dudley Blvd, CCA 90 - Bldg 209, McClellan, CA 95652. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. This solicitation is unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26110RP0252/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;10535 Hospital Way;Mather, CA.
Zip Code: 95655
 
Record
SN02221824-W 20100731/100729235002-296b36070e126d556fb52fd7c160b28f (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.