Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
DOCUMENT

C -- West Los Angeles, CA - Construct New Essential Care Tower / B500 Seismic Correction and Renovation - Attachment

Notice Date
1/25/2011
 
Notice Type
Attachment
 
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
VA10111RP0060
 
Response Due
2/8/2011
 
Archive Date
3/10/2011
 
Point of Contact
Ronald Ferrer, Contracting Officer
 
E-Mail Address
imitz
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE - VA WEST LA The Department of Veterans Affairs, Office of Construction and Facilities Management, is issuing this Sources Sought to identify potential interested firms that are classified under one or more of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB), (2) Veteran-Owned Small Business (VOSB), (3) HUB Zone, (4) Section 8(a), (5) Small Disadvantaged Business (SDB), and/or (6) Woman-Owned Small Business (WOSB). The interested firms shall be architects or architect/engineer firms capable of preparing all design documentation including, but not limited to, advance/master planning, architecture, engineering, and specialty services with experience in the planning and design of hospitals, large medical and research facilities, surgical facilities, ambulatory care facilities, or similar complex healthcare projects, both new construction and renovation. 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. The applicable North American Industrial Classification System (NAICS) is 541310. Probable Scope: VA proposes to construct a new addition of up to 500,000 GSF at the VA Medical Center in West Los Angeles, CA. The new addition will contain a bed tower for inpatient units, surgical suites, and other major clinical services. This project will also seek to seismically retrofit the main hospital, renovate clinical spaces, and correcting seismic non-seismic deficiencies. In addition, construction of a new parking garage and a new energy center, along with associated site-work, hazardous waste and asbestos abatement may be included. Once a thorough analysis of the Medical Center's needs has been completed, the scope and method of meeting those needs may change and require a different approach. 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. 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. Interested firms must have an established working office within 100 miles of Los Angeles, California and be of sufficient size and experience to accomplish the work, and be licensed in the State of California. Small Business firms having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. 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 February 8, 2011 by email to ronald.ferrer@va.gov with West LA Sources Sought in the subject line. This sources sought notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought. Small business concerns failing to respond to this source sought notice will not be precluded from responding to the solicitation, if issued. Note: This is not a request for proposal (RFP) and the government is only seeking information for market research purposes only. The government may or may not issue solicitation documents. Any additional information regarding this notice will be posted at www.FEDBIZOPPS.gov. At this time, no solicitation exists; therefore, do not request a solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0060/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0060 VA-101-11-RP-0060.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=172658&FileName=VA-101-11-RP-0060-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=172658&FileName=VA-101-11-RP-0060-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA West Los Angeles Medical Center;11301 Wilshire Blvd.;West Los Angeles, CA 90073
Zip Code: 90073
 
Record
SN02366526-W 20110127/110125234822-471ddc6edaeabe434175adeb2a43bddc (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.