Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
DOCUMENT

C -- Menlo Park Master Plan & Feasibility Study Project 640A0-12-139M - Attachment

Notice Date
4/17/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26112R0567
 
Response Due
5/17/2012
 
Archive Date
8/24/2012
 
Point of Contact
Andrea Baker
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs VA Palo Alto Health Care System (VAPAHCS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 640A0-12-139M, Menlo Park Master Plan and Feasibility Study. This project is set-aside for small business. The VA Palo Alto Health Care System (VAPAHCS) is a major tertiary care referral center with three hospital based divisions and a network of seven (7) community based outpatient clinics (CBOCs). VAPAHCS provides primary, secondary, and tertiary care within a large geographical region encompassing a 10 county, 13,500 square mile catchment area. Approximately 272,000 veterans reside within VAPAHCS' primary services area (PSA). The VA Menlo Park division (MPD) is located at 795 Willow Road, Menlo Park, CA 94025. This site sits only 7 miles away from the main hospital campus in Palo Alto and primarily provides Long Term Care and Inpatient Rehabilitation Services. The Menlo Park division operates approximately 1.1M square feet of building space on a 95 acre campus. Recent construction includes new Engineering and Warehouse facilities as well as a 120 bed Community Living Center. The campus also includes various inpatient rehabilitation housing programs. The selected A/E firm shall provide a detailed analysis of the Menlo Park campus; the services currently provided the impact of those services on the VAPAHCS patient population, and the impact of future healthcare planning models on these services. Patient and workload projections for VAPAHCS should be considered when determining the need to maintain additional space at the Menlo Park campus to provide the current services. This completed report will help facilitate and align capital and noncapital improvements over a 20 year time horizon. The Master Plan will link these initiatives to operational, programmatic and realignment plans. Considerable analysis should be given to the financial and clinical impact of maintaining, closing, or leasing the Menlo Park campus and its related facilities. Additionally, the impact on VAPAHCS staff, workload projections, and community interactions should be reviewed. The project engagement is expected to be collaborative in nature and the contractor will coordinate all components with VAPAHCS Facility Planning staff. The design effort shall include: 1) space/department/service analysis; 2) Opportunity and implementation analysis; 3) site and financial analysis; 4) operational costs; 5) space program 6) workload analysis. Project scope also includes detailed planning of the relocation of all programs that will be displaced from existing space due to construction and related impact moves. Prime AE firm shall have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architectural, Civil, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Security, IT/Data, Construction Cost Estimating, Master Planning, Landscaping, and Geotechnical. A total of four (4) 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 Experience of the firm and its proposed designers; (2) Specialized Experience and Technical Competence; (Facility planning in a hospital 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 (firms are restricted to a 100 mile radius of the Palo Alto facility) 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. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by close of business May 17, 2012, to the following: THREE (3) hard copies are to be sent to Mr. Paul DiBari, Facility Planning, Office of the Director (00J), VA Palo Alto Health Care System, 3801 Miranda Ave., Palo Alto, CA 94304. ONE (1) Electronic Copy sent to andrea.baker4@va.gov. There will be an informational meeting at the VAPAHCS, Menlo Park Division on April 26, 2012, beginning at 10:00AM, Building 370, Engineering Conference Room 108. Project scope will be discussed and a possible site visit will be conducted. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Specialist; Andrea Baker, via E-mail to andrea.baker4@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation VA-261-12-R-0567. Interested firms shall be located within a 100 mile radius of the VAPAHCS. This solicitation is set aside for Small Businesses. NAICS Code is 541310.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112R0567/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-12-R-0567 VA261-12-R-0567_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=324071&FileName=VA261-12-R-0567-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=324071&FileName=VA261-12-R-0567-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02723934-W 20120419/120417235145-2386f89eba1bb4ce7b843961433a4e4e (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.