Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2009 FBO #2617
SOURCES SOUGHT

C -- A/E DESIGN OUTPATIENT MENTAL HEALTH BUILDING

Notice Date
1/23/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Spokane VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA-260-09-RP-0188
 
Response Due
2/23/2009
 
Archive Date
4/24/2009
 
Point of Contact
Brian ThomasContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
VA Medical Center, Spokane, WA is advertising for Architect/Engineering (A/E) Services. The selected A/E Firm shall provide professional architect/engineering services for completion of the following: Design a one and/or two story 18,000 sq.ft Outpatient Mental Health Building. The bid document must contain 20% in deductibles. A.Analyze feasibility and means of connecting new space with the building 27 North entrance, connecting the existing corridor from Bldg 1 to a new two story building (two floors totaling 18,000 SF) located west of bldg 7, and provide one other alternative locating one story (18,000 SF) building west of Independence taking into consideration patient and staff access and work flow. Provide written report of findings, including estimated cost proposals for each option. B.Assess underground utilities for each option that may be impacted requiring relocation of such utilities and provide written report of findings including estimated costs. C.Determine impact of each option, if any, on roadways, parking and access; provide written report of findings including estimated costs. D. Analyze existing utility capacities to support the selected alternative. Utilities to be analyzed include, but are not limited to power, heating/cooling, and communications (including data management.) Provide written report of findings including recommendations for any identified deficiencies and estimated associated costs. E.Phasing and coordination of construction as required minimizing the impact of the construction process on the access and operation of the Medical Center. F.Evaluate existing and future Mental Health space requirements to be used within the new space. This evaluation to be based on work flow, work volume, and patient privacy provided within the new space. Provide written report of findings including recommendations and estimated associated costs. G.Design new space to house office/ private evaluation activities and group activities including other outpatient needs. These include, but are not limited to office/exam rooms, offices, reception, waiting areas, and design that address both staff security and patient confidentiality requirements. H.Review energy efficiency issues and provide a written report on range of options, impacts, and associated costs. At a minimum, the new space shall meet all Washington State and Federal Government Energy Codes. I. Develop plans and specifications to meet the 20% deductible requirement. NOTE: This is a request for SF 330 Parts I and II only. Any requests for solicitation will not receive a response. To be considered for selection, interested, eligible firms shall submit three (3) copies of their SF 330 Parts I and II no later than February 23,2009 by 2:00PM local time and shall be addressed to: VA MEDICAL CENTER ATTN: BRIAN THOMAS (90C) 4815 N ASSEMBLY ST SPOKANE WA 99205 The North American Industry Classification System (NAICS) Codes are 541310. The Small Business size standard is $4,500,000.00 in annual gross revenues averaged over the past three years. A/E Firm's main office submitting the SF330 must be within 100 miles of the VAMC Spokane, WA. The A/E selection criteria shall include the following elements (a) through (m) (not necessarily listed in order of importance or merit): a)Background Of The Personnel: 1) Project Manager 2) Other Key Personnel 3) Consultants b)Team Organization: 1) Design Phase 2) Construction Phase c)Previous Experience Related To Outpatient Mental Health Buildings: d)Location And Facilities Of Working Offices (100 Miles) 1) Prime firm 2) Consultants e)Proposed Design Approach For This Project: 1) Design Philosophy/method of implementing 2) Anticipated problems and potential solutions f)Project Control: 1) Techniques planned to control the schedule and costs 2) List personnel responsible for schedule and costs control g)Provide Ten most recently bid projects (compared to estimate) h)Describe your experience and capabilities in the following areas: Value engineering; Life Cycle Analysis; Critical path method; Fast-track-construction; Energy conservation; New energy resources; Environmental assessment; Specialized experience; Computer aided design, drafting, and other computer applications; i)Describe awards received j)Describe circumstances and outcomes of any litigation you have been involved in over the last five (5) years k)Indicate type and amount of liability insurance you carry. A/E firms having an SF 330 on file with the VA are still required to submit a current SF 330. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be issued and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=027b383160cc9100488c48ddd3152391&tab=core&_cview=1)
 
Record
SN01736885-W 20090125/090123221238-027b383160cc9100488c48ddd3152391 (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.