Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
DOCUMENT

C -- VAMC Reno AE ********************AMENDMENT NUMBER ONE******************** - Attachment

Notice Date
5/23/2011
 
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
VA10111RP0103
 
Response Due
6/13/2011
 
Archive Date
7/13/2011
 
Point of Contact
Reginald Berry
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Solicitation (Request for Architect - Engineer Qualifications) Synopsis: The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking architecture or architecture/engineering firm (NAICS 541310) capable of the planning and design of newly constructed and renovated hospitals, large outpatient/ambulatory care clinics, health care and biomedical research, and similarly complex healthcare projects. The architecture or architecture/engineering firm must be capable of preparing all design and construction documentation including, but not limited to, advance/master planning, site development, utility infrastructure design, local utility approval, architecture, medical planning, civil engineering, structural engineering including seismic design, mechanical engineering, historic preservation, environmental protection, communication and data engineering, electrical engineering, interior design, landscape design, commissioning, construction cost estimating and market research, parking and traffic studies, geotechnical investigation and surveying, seismic design for new and existing buildings. The 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, Structural Engineers, Seismic Design Engineers, Mechanical Engineers, Geo-technical Engineers, Historic Preservation Architects, Environmental Engineers, Communications and Electrical Engineers, Interior Designers, Sustainable Design and LEED Accredited Professionals, and Cost Estimators. All members should have experience in the planning and design of new hospitals (incorporating the Planetree Patient-Centered Care model), large medical and significant outpatient/ambulatory care clinics, medical research facilities, or similar complex healthcare projects. Scope: This project will correct potentially hazardous seismic, life safety and infrastructure deficiencies, as well as consolidate outpatient programs and clinical research into a state of the art treatment facility located at the VA Sierra Nevada Health Care System's Reno campus. The proposed project will accomplish renovation of approximately 90% of Building 1, with the exclusion of the major utility and life safety improvements which were completed within the last 3 years. The proposed project would provide the following upgrades in Building 1 which is approximately 138,007 square feet. 1. Seismic upgrades to reduce/eliminate the possibility of catastrophic failure of the 60+ year old building should a significant seismic event occur. 2. Correct life safety and infrastructure deficiencies. 3. Substantially improve building energy efficiencies. In addition, this project will construct up to approximately 100,000 square feet of clinical expansion to correct space deficiencies. The Research Program would also be increased as part of this project. The following programs will be impacted and will benefit from the proposed project: Mental Health, Dental, Compensation and Pension, Audiology, Patient Admissions and Testing, Surgical Service, Quality Management, Veterans Service Offices, Warehouse, Voluntary Services, Veterans Eligibility Center, Geriatrics and Extended Care, Dietetics, In-patient Kitchen, Morgue, Laboratory and Pathology Services, Research, Surgical Service, Medical Service, Ambulatory Care (Patient Centered Medical Home), OEF/OIF, and Women's Health Clinic. The expansion has been tentatively located at the east side of Building 12. The exact location will be determined after all access and adjacencies have been analyzed by an Architect to determine the ideal location. 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, water reduction, energy efficiency and low energy building design; additionally, the project will comply with the VA Sustainable Design and Energy Reduction Manuals. The project will be required to attain a minimum LEED Silver certification. Renewable and innovative energy systems will be required as part of this project. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems, etc. 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 design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 in all areas. Required services will include preparation of equipment schedules, schematics design, design development, and construction documents (both plans and specifications), medical and research equipment planning, site design, and including all appropriate architectural and engineering disciplines as well as estimates of construction costs and market surveys with each design submittal. The estimated price range for this construction project is over $100,000,000. At this time it is anticipated that the renovation will include approximately 90% of Building 1and construction of a clinical addition which may follow the design-bid-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, to include integrated design and construction. The base contract for Pre-design, Schematic and Design Development documents will include options for construction documents, construction period services, additional site visits, and other professional services. 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 will be considered. Additional tasks may include site analysis and campus master plan. Emphasis will be placed on previous successful experience with construction and renovations of medical facilities, along with the requisite Quality Assurance/Quality Control procedures, additionally cost and scope management capabilities will be examined. 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 per the VA BIM Guide. 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. The design for all parts of this project are required to meet all national, state, and local building codes, regulations, and standards as well as all VA design guides and design requirements. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. In addition to design capabilities, estimating capabilities of the applicants will be considered. A market study to include Project Labor Agreements (PLA) and an estimate of construction cost based on level of design detail will be required at each design phase. The phases include Schematic Design 1, Schematic Design 2, Design Development 1, Design Development 2, and Construction Documents. The selected team shall design to the government's estimated cost for construction at time of award. More design submission requirements can be found in VA Guide PG-18-15. Applicants must have an established working office within one hundred (150) mile radius of the project site, VA Sierra Nevada Health Care System's Reno campus, 1000 Locust Street, Reno, Nevada, 89502; be of sufficient size and experience to accomplish the work; and be licensed and insured to work in the State of Nevada. Preference will be given to firms with working offices capable of performing all design work within one hundred (150) miles of the VA Sierra Nevada Health Care System's Reno campus. Office site visits to verify location and capacity may be performed. Pursuant to Federal Acquisition Regulation (FAR) 36.601-1, this notice serves as a public announcement for Architect Engineer services. No firm will be considered unless an application consisting of a completed SF 330, Part I and other evidence of experience and capabilities the applicant considers relevant is received by the Department of Veterans Affairs, Office of Construction and Facilities Management (00CFM3B), Attention: Katherine Volpe, Contracting Officer; 1175 Nimitz Avenue, Suite 200; Vallejo, CA 94592. Six (6) hard copies and two (2) electronic copies (one in Microsoft Word and one in a searchable pdf) on CD or DVD are required no later than 3:00 PM (PST) on June 13, 2011. A current SF 330 Part II, representing and differentiating among the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultant's office involved. Applicants will be rated based on the following criteria which are listed in descending order of importance: "Professional experience and qualifications of personnel proposed for assignment to the project and record of working together as a team on healthcare and related projects. ­Identify key personnel (defined as spending over 60% of the workday on this project, participates in weekly conference calls, etc.) and provide resumes: "Minimum Key Personnel ­Project Director ­Senior Project Manager ­Senior Design Architect ­Project Architect ­Lead Structural Engineer "Key Personnel shall be professionally licensed/certified in the state of the Nevada in the appropriate discipline. "Additional team personnel for other disciplines (e.g. MEP, Historic Preservation Specialist, Blast Consultant, Commissioning, Environmental, Geotechnical, Acoustical, Vertical Transport, Lighting, Code Consultant, Fire Protection, etc.) list only name, firm, location and record of working together as a team on healthcare and related projects. "Relevant and specialized experience and technical competence of firm (including joint ventures) in the type of work required - advance planning and design on projects of similar scale and scope identifying the role played in the project by the submitting office. ­Provide the A/E firms description/vision of what the project entails. ­Provide examples of ten (10) projects of which a minimum of five (5) projects must be of similar size and scope and completed within the last five (5) years. ­Identify roles of Key Personnel on past projects ­Provide a proven record of successful past collaboration of the proposed team on recent projects of similar scale and scope. "Past record of performance on contracts with the Department of Veterans Affairs, Government Agencies, and Private Industry in terms of cost control, quality of work, and compliance with performance schedules. "Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. "Professional capacity of the firm in the designated geographic area of the project to perform the work (including specialized services). "Demonstrate success in prescribing the use of recovered materials, achieving waste reduction, energy efficiency, low energy building design and system integration in facility design. "Management Plan: ­Firm's Vision Statement ­Organization Chart "Inclusion of small business consultant(s), and/or minority-owned consultant(s), and/or Service-Disabled Veteran-Owned Small Business (SDVOSB); and/or Veteran-Owned Small Business; and/or Small Disadvantaged Business (includes Section 8(a); and/or Historically Underutilized Business (HUB) Zone Small Business; and/or Women-Owned Small Business. ­Provide Draft Small Business Subcontracting Plan ­If subcontracting opportunities exist and the submitting firm is not a small business, the small business subcontracting goals will be: (a) 17.7% for Small Business (SB); (b) 3.0% for Service-Disabled Veteran-Owned Small Business (SDVOSB); (c) 5% for Veteran-Owned Small Business; (d) 5% for Small Disadvantaged Business (includes Section 8(a); (e) 3% for Historically Underutilized Business (HUB) Zone Small Business; (f) 5% Women-Owned Small Business. Do not include any fee information in material submitted at this time. Submissions must have a minimum ˝" margin with each page being numbered. Potential contractors will be selected in accordance with FAR 36.602. A site visit will be coordinated with the firms that are selected for interviews. It is recommend that the selected firm participate in a one (1) day pre-negotiation meeting at VA Central Office, Washington DC, prior to the start of contract negotiations. The key personnel listed typically attend. Award of contract is dependent on the availability of funding. Place of Performance: VA Sierra Nevada Health Care System's Reno campus, 1000 Locust Street, Reno, Nevada, 89502. Contracting Office Address: Department of Veterans Affairs Office of Construction and Facilities Management (00CFM3B) 1175 Nimitz Avenue, Suite 200, Mare Island Vallejo, CA 94592 Point of Contacts: For questions regarding contracting or the selection process, please e-mail Katherine Volpe, Contracting Officer at Katherine.Volpe@va.gov For questions regarding project scope, please e-mail William (Bill) Ulibarri, Project Manager at William.Ulibarri@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0103/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0103 VA-101-11-RP-0103_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203236&FileName=VA-101-11-RP-0103-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=203236&FileName=VA-101-11-RP-0103-001.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 Sierra Nevada Healthcare System;100 Locust Street;Reno, NV 89502
Zip Code: 89502
 
Record
SN02454106-W 20110525/110523234018-c99ee15cf3400650dbe5bd31a57ffc2f (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.