MODIFICATION
C -- A/E Design of a new Outpatient & Brain InjuryRehabilitation Center, Project 640-372
- Notice Date
- 7/23/2007
- Notice Type
- Modification
- NAICS
- 541310
— Architectural Services
- Contracting Office
- VA Sierra Nevada Health Care System;1000 Locust Street;Reno NV 89502
- ZIP Code
- 89502
- Solicitation Number
- VA-261-07-RP-0140
- Response Due
- 8/20/2007
- Archive Date
- 10/19/2007
- Point of Contact
- Joseph Mulstay Contract Specialist 775-328-1206
- Small Business Set-Aside
- N/A
- Description
- This is an amended announcement and replaces one issued on July 19, 2007. The Department of Veterans Affairs is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for evaluation for the procurement of a firm to perform Advance planning and design of a new Outpatient & Brain Injury Rehabilitation Center, Project #640-372, at the Department of Veterans Affairs Health Care System, Palo Alto, CA (VAPAHCS). Prime firm should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architect; Medical Planners; Structural, Mechanical, Geo-technical, Communication, Plumbing, and Electrical Engineers; Interior Designers; and Cost Estimators with experience in the programming, planning and design of a rehabilitation center or similar complex healthcare projects. The new Outpatient & Brain Injury Rehabilitation Center will be adjacent and integrated with the new Inpatient Polytrauma Rehabilitation Center and present a unified front façade for compatibility with the Inpatient Center. The function of the Outpatient Center is to provide therapeutic programs such at Physical and Occupational Therapy for patients diagnosed with complex multi-trauma injuries. VAPAHCS will provide a preliminary space program to the successful AE firm for the proposed center; this space program shall be refined and developed by the AE prior to start of the design via meetings with VAPAHCS staff and leadership. The A/E shall design a building within the given construction cost target but no more than 18,000 gross square feet and, is contiguous and integrated with the Inpatient Polytrauma Center to ensure continuity of care. Water and sewer lines are in the immediate vicinity of the proposed building site, but the AE shall review these services and determine if any increase in the sizes of these services must be made to properly support the new building. If so, the design of these new utility feeds will be part of the AE deliverables. Both normal and emergency power feeds are also available on the existing hospital grounds as are telecom and data feeds. The AE shall include a landscaping plan which integrates with the landscaping in the vicinity of the new building and in the area between the new building and the 80-Bed Psych Facility, building 20 VAPAHCS. All new space and Utilities will be designed to meet the Interagency Security Committee's and other relevant physical security guidelines. The completed project should be capable of achieving LEEDS certification. Only firms, or teams, with in-house architectural services, experienced in the design of similar projects, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with the design of facilities in a medical environment. Interested and qualified firms shall submit a complete SF-330 Parts I and II to the VA Contracting Officer at the address listed below. Five (5) completed 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 in the following areas: (1) Past Performance capabilities; (2) Specialized experience and technical competence; (Architect; Medical Planners; Structural, Mechanical, Geo-technical, Communication, Plumbing, Electrical Engineers, Interior Designers; and Cost Estimators with experience in the programming, planning and design of a rehabilitation center or similar complex healthcare projects), as required in a health care 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 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; (6) Any other special qualification required under this announcement by the contracting activity. Firms that meet the requirements described in this announcement are invited to submit complete SF 330's by close of business August 20, 2007 to the Contracting Officer, Mr. Joseph Mulstay, Consolidated Contracting Activity (CCA/90), 1000 Locust St., Reno, NV 89502. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. This solicitation is unrestricted.
- Place of Performance
- Address: VA Palo Alto Healthcare System;3801 Miranda Ave.;Palo Alto, CA 93703
- Zip Code: 93703
- Country: US
- Zip Code: 93703
- Record
- SN01349407-W 20070725/070723220620 (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 |