Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2002 FBO #0242
SOURCES SOUGHT

C -- A/E Services for Mental Health PAtient Privacy/Safety Deficiencies Phase 1

Notice Date
7/30/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs No. Texas Health Care System, Contracting Office, (90C), 4500 S. Lancaster Road, Dallas, Texas 75216
 
ZIP Code
75216
 
Solicitation Number
549-71-02
 
Response Due
8/30/2002
 
Point of Contact
Point of Contact - Barbara Giddens, Contract Specialist, (214) 857-0597, Contracting Officer - Barbara Giddens, Contract Specialist, (214) 857-0597
 
E-Mail Address
Email your questions to Barbara Giddens
(barbara.giddens@med.va.gov)
 
Description
Provide Architectural/Engineering design services for total interior renovation of building 2, 7th floor , A, B & C wings. Approximate square footage is 24,000. Work will include, but is not limited to architectural, mechanical, electrical, plumbing (MEP) and certain environmental elements. In addition to registered professional architects and engineers, the project design team shall include a Registered Interior Designer, Certified Industrial Hygienists and Registered Fire Protection Engineer. The RFPE may function as a consultant. The RFPE and MEP staff or consultants will be critical elements in the selection of the project A/E firm. Certified Industrial Hygienist is to coordinate with VA Certified Industrial Hygienist to insure that asbestos design and abatement procedures are incorporate in construction documents. RFPE shall be responsible for design, review and certification of all fire and safety design elements. Elements include, but are not limited to, complete fire/smoke alarm system design and integrity and all life safety issues. For purposes of continuity with existing station wide system, fire alarm system design shall be designed based on the existing Siemens Cerberus Divisions master fire alarm system and in consultation with Siemens Cerberus Divisions design personnel. For purposes of continuity with existing station wide systems, all HVAC control design will specify Siemens Landis and Staffa Divisions. A/E will develop nursing and support units similar to units located on the 4th and 6th floor. Design will reflect, incorporate and be compatible with design elements and schemes of the clinical addition (doors, hallways, door recesses, finishes etc.) It will reflect design schemes of the previously completed Clinical Addition nursing unit/support space designs and the Building 2 4th and 6th floor nursing unit design. Prototype will include, but is not limited to, visitor lounge, toilets, vending area, dayroom, grieving room/quiet room, equipment storage, classrooms, nursing education area, EMS storage, HAC, rounding rooms, Social Work office, TB Unit, M&S Psychology Staff area, dedicated mechanical/electrical/signal rooms (previously designed and constructed) and may contain areas for whirlpool tub, stretcher shower, dietician and med. Prep rooms, space permitting. MEP design will require complex solutions for selection of the most appropriate equipment and systems for interface with existing, new and future building systems services and equipment. New electrical and telephone/data risers and closets have been recently constructed and will be integrated in to overall design.A/E shall possess a working knowledge of VA standard specifications and design criteria. All specifications, with the exception of specialized or outdated specifications, shall be edited VA standards. Current VA standards and specifications may be accessed and downloaded on the Worldwide Web site @ www.va.gov. Construction documents (CDs) will include complete plans and specifications and a project Critical Path (CPM) activity schedule. Drawings are to be produced on the latest version of AutoCAD for Windows NT and are to be dimensioned both in English and metric. A/E shall utilize standard AIA AutoCAD layering protocol. Interior design presentation board shall coordinate with VA Interior Designer. Samples of all finishes shall be provided at the 95% submission. Project disks are to be provided at final submission along with 1 set of Mylar reproducibles. Specifications are to be produced in Microsoft Word 97 for Windows. One set of reproducibles and 1 set of disks will be required at final submission. Construction period services are to include IH monitoring and reporting of asbestos abatement, 6 general site visits (if required) and as-built drawings. Site visits and A/E redesign time incurred for contract document omissions and errors will not be reimbursed. A/E shall be responsible for document coordination and quality management at each stage of design development and preparation of construction documents.Firms must meet minimum requirements before evaluation criteria will be applied. Minimum requirements are that prime and consulting A/E's servicing offices must be located within a 100-mile radius of Dallas, Bonham or Fort Worth. Upon meeting the minimum requirements, A/E selection will be based on the following criteria and maximum point values are shown to reflect relative importance: 1) Past performance and current methodology pertaining to quality control methods used to ensure technical accuracy of work, a thorough working knowledge of VA standards, specifications and design criteria is preferred, maximum 75 pts; 2) Past performance which exhibits specialized experience and technical competence in work to be performed, hospital experience is preferred, maximum 50 points; 3) Past performance which exhibits ability to design within budgeted cost limitation and prepare accurate and highly detailed construction cost estimates, max 50 points; 4) Professional qualifications of staff and consultants, maximum 45 pts; 5) Past performance and current work status which exhibits capacity to accomplish work in the required time, maximum 40 pts. In accordance with P.L. 100-656, this acquisition is unrestricted. North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and applies to this acquisition. The small business size determination is NTE $4 million in average annual receipts over the preceding three fiscal years. Total estimated construction cost is between $1M and $2M. A/E firms which meet the requirements of this announcement, are invited to submit (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, in five copies. Submission should be marked Attn: Barbara Giddens (90C) at the above address, and are due by 3:30 p.m. local time, 30 Aug 02. This is not a request for proposals. Note 24 applies.
 
Web Link
RFP 549-71-02
(http://www.bos.oamm.va.gov/solicitation?number=549-71-02)
 
Record
SN00128354-W 20020801/020730213505 (fbodaily.com)
 
Source
FedBizOpps.gov 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.