Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOURCES SOUGHT

C -- Alameda A/E Services Sought

Notice Date
9/30/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10110RQ0145
 
Archive Date
10/30/2010
 
Point of Contact
Reginald L. Berry
 
E-Mail Address
o,
 
Small Business Set-Aside
N/A
 
Description
Advertisement for A/E Services OPC Alameda, CA - Oakland Clinic Relocation, Columbarium, Site Development, and Utility Infrastructure POC Selection Process: Katherine Volpe, Contracting Officer, 707-562-8399; POC Scope: Ken Carrico, Project Manager, 707-562-8404. The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking interested firms that are classified under one or more of the following small business programs: (1) Section 8(a), (2) HUB Zone, (3) Small Disadvantaged Business (SDB), (4) Woman-Owned Small Business (WOSB), (5) Service-Disabled Veterans-Owned Small Business (SDVOSB), and/or (6) Veteran-Owned Small Business (VOSB). The interested firms shall be architects or architect/engineer firms capable of preparing all design documentation including, but not limited to, advance/master planning, site development, utility infrastructure design and approval with local utilities, relocation of two existing clinics currently in Oakland, CA, and the design and construction of a columbarium on the northwestern portion of the site of the former Alameda Naval Air Station on Alameda Point, Alameda, CA. The applicable North American Industrial Classification System (NAICS) is 541310. 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; Civil, Structural, Seismic, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; Landscape Architect; an independent Commissioning Agent; and Cost Estimators with experience in the planning and design of renovating hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects. Scope: This project will construct an Outpatient Clinic (OPC), a Columbarium, administrative space for National Cemetery Administration (NCA) and Veterans Benefits Administration (VBA) and all associated parking on Base Realignment and Closure (BRAC) property at Alameda Point (former Naval Air Station) in Northern Alameda County. The land for this project will be acquired through a no cost land transfer from the Department of Defense to the Department of Veterans Affairs. This project will also construct a US Air Force satellite Primary Care Clinic and a jointly staffed VA/DoD Joint Ambulatory Surgical Center. This new, state-of-the-art OPC and administrative space will be approximately 150,000 GSF and provide Primary Care, Specialty Care, Ancillary Services, Mental Health, Substance Abuse, and Ambulatory Surgery. The space program includes roughly 2,700 square feet for National Cemetery Administration and 1,300 square feet for Veterans Benefits Administration. Seismic design will adhere to VA's 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 VA's 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. At this time it is anticipated that the OPC design will follow the design-bid-build delivery method and the Cemetery and Site Utility design will follow the design-build delivery method. Once a thorough analysis of the user's and the facility's needs has been completed, the scope and method of meeting those needs may change and require a different design delivery method. The contract may include options for: construction documents, construction period services, and site visits.. The completed project will be required to be LEED Silver certified. Renewable energy systems will be required as part of this project. 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 campus master plan. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firm's, 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 government's estimated cost for construction. Applicants must have an established working office within 50 miles of Alameda, California and be of sufficient size and experience to accomplish the work, and be licensed in the State of California. Preference will be given to firms with working offices capable of performing all design work within 50 miles of Alameda, California. Office site visits may be performed. All interested firms responses should include the following information: 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone number and e-mail address, 5. Business size determination and qualifying Small Business status, 6. Certification of Small business Status, 7. Provide three to five design experience projects of similar size and complexity. Please provide your responses by 1:00 p.m. (PDT) on October 19, 2010 by either email katherine.volpe@va.gov. For questions regarding scope, please call Ken Carrico on 707.562.8404. For questions regarding selection process, please call Katherine Volpe on 707.562.8399. Note the above subcontracting goals are subject to change. Note: The "covenant against contingent fee" clause is applicable to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10110RQ0145/listing.html)
 
Record
SN02302228-W 20101002/100930234817-a664a12f9be8d78fff9368258cec9e9e (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.