SOURCES SOUGHT
C -- Architect or Architect/Engineer Services,Advance/Master Planning and Design of a New MentalServices and Research Facility in the Seattle, WAArea
- Notice Date
- 10/8/2008
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-09-RP-0005
- Response Due
- 10/23/2008
- Archive Date
- 12/22/2008
- Point of Contact
- Frank A ClemonsContracting Officer<br />
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), Washington, DC is looking for Architects or architect/engineers, NAICS 541310, in the following small business categories: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) 8(a); (4) Historically Underutilized Business Zone (HubZone); (5) Women Owned Small Business (WOSB) and/or (6) Small Disadvantaged Businesses. Architect or architect/engineer, NAICS 541310, firm capable of preparing all design documentation including, but not limited to, advance/master planning and design of a new Mental Health Services and Research Facility in the Seattle, WA area. Prime contractor should have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architects; Medical Planners; Seismic, Structural, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; and Cost Estimators with experience in the planning and design of hospitals, large medical and research facilities, long term care mental health and dementia, or similar complex healthcare projects. VA proposes to construct: (1) a new multi-story Mental Health Services and Research building containing approximately 203,000 GSF. The proposed new multi-story building will incorporate approximately 68,000 GSF of new space for Mental Health Services, with roughly another 111,000 GSF dedicated to Research, and around 20,000 GSF for Canteen and Retail Store; (2) a new 600 to 800 car parking structure ; (3) demolition of roughly 63,000 GSF of existing space, and (4) renovate approximately 25,000 GSF of clinic space on 6East and 6West recouped from Mental Health and Research and will be converted back into inpatient wards to meet the shortage of bed space identified by CARES and allows VA to dedicate space to a VA/DoD Joint Incentive Fund to consolidated two cardio-thoracic programs into one at the Seattle campus of existing Mental Health and Research space will be converted. Once a thorough analysis of the users and the facilitys needs has been completed, the scope and method of meeting those needs may change and require a different approach. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. The completed project should be capable of achieving LEED Silver equivalency. 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 selection of potential new locations for the new facilities. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firms, 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. The selected team shall design to the governments estimated cost for construction. Applicants must have an established working office within 100 mile radius of Seattle, Washington, be of sufficient size and experience to accomplish the work, and be licensed in the State of Washington. Applicants will be rated based on the relevant experience - advance planning and design on projects of similar scale and scope - of both the firm(s) and assigned individuals, the applicants capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials, achieving waste reduction, energy efficiency, and systems integration in facility design. If your firm falls into one of the above small business categories, please forward an email (ONLY) to frank.clemons@va.gov with: (1) name and address of your firm, (2) DUNS number, (3) name and phone number of a point of contact, (4) NAICS code, (5) Experience in designing projects of a similar size and scope. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS. LOOK FOR ANY FURTHER INFORMAITON IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a56ace4babc524f8347eefff03d28896&tab=core&_cview=1)
- Record
- SN01689924-W 20081010/081008215229-a56ace4babc524f8347eefff03d28896 (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 |