Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

C -- A/E Services Long Term Spinal Cord Injury Facility, Dallas and Clinical Expansion for Mental Health, VA Medical Center Dallas

Notice Date
12/4/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, 811 Vermont Ave NW;Washington, DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-09-RP-0004
 
Response Due
1/5/2009
 
Archive Date
3/6/2009
 
Point of Contact
Noella Bondnoella.bond@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs is seeking an Architect or architect/engineer (NAICS 541310) firm capable of preparing all design documentation including, but not limited to, advance/master planning and design of: Project No. 1: Long Term Care Spinal Cord Injury Facility, and, Project No. 2: Clinical Expansion for Mental Health in the Dallas, TX area. One (1) firm/team will be selected for both projects. 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; Structural, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; an independent Commissioning Agent; and Cost Estimators with experience in the planning and design of hospitals, large medical and research facilities, long term care - mental health and dementia, Spinal Cord Injury facilities, Polytrauma and Traumatic Brain Injury facilities, or similar complex healthcare projects Probable Scope: Project No. 1 - Term Care Spinal Cord Injury Facility This proposed project at the North Texas Health Care System is to construct a new 60 bed Long Term Care Spinal Cord Facility and associated clinical and Administrative support spaces. The SCI unit represents approximately 125,000 GSF of new construction. The footprint and associated buffer space requirements for this unit will force the relocation/demolition of the following physical structures: Bldg 44, Temporary Buildings: T-1A, T-48, T-47, and T-46. In addition Recreation Services site functions will have to be demolished and rebuilt. The new 60 Bed Long Term Spinal Cord Injury Facility will be operationally integrated with the existing 60 bed acute SCI Center at the Dallas campus by way of a connecting corridor that will be constructed as part of this project. An existing parking garage in the basement of building 2 will be renovated to provide approximately 27,000 GSF of administrative space. The project will construct a new campus warehouse containing roughly 50,000 GSF. A new parking garage structure will be constructed as part of this project with around 800 parking spaces. Project No. 2 - Clinical Expansion for Mental Health VA proposes to construct a new Clinical Expansion for Mental Health containing about 280,000 gross square feet of construction. New construction is being added to the main inpatient care structure, Building 2, to allow for the expansion of mental health outpatient care and psychiatric inpatient services. A roadway open top access tunnel to the loading docks at Bldg. 2 & 2J is be constructed along with a covered entrance driveway to the Mental Health addition. The campus Energy Center (Building 70) will be enhanced and its capacity expanded to support the additional cooling and heating load of the new Clinical Expansion. 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 approach. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits 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, along with water and energy efficiencies in design; and, in addition, the project will comply with the VA Sustainable Design and Energy Reduction Manual. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems 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 space will be in compliance with the Uniform Federal Accessibility Standards (UFAS) and PG-18-13 in all areas. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. 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, phasing and coordination of construction to ensure continuous operations, along with the firm's, 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 government's estimated cost for construction. Applicants must have an established working office within 100 mile radius of Dallas, TX, be of sufficient size and experience to accomplish the work, and be licensed in the State of Texas. 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 VA Cost Estimating and A/E Evaluation Service (00CFM1B) Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, six (6) copies are required within 30 days of the date of this advertisement. A current SF 330 Part II, representing and differentiating between 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 relevant experience - advance planning and design on projects of similar scale and scope - of both the firm(s) and assigned individuals, the applicant's 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. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be: 28.7% (SB), 5% (SDB), 5% (WOSB), 3% (HUB Zone), 10% (VOSB), and 7% (SDVOSB). Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c91ea22d64a28ca9b2e0d115a60a9f8f&tab=core&_cview=1)
 
Place of Performance
Address: 4500 South Lancaster Rd;Dallas, TX<br />
Zip Code: 75216<br />
 
Record
SN01713685-W 20081206/081204221225-c91ea22d64a28ca9b2e0d115a60a9f8f (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.