SOLICITATION NOTICE
C -- Project 589-321, RELOCATE STERILE PROCESSING AND PREPARATION
- Notice Date
- 2/26/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-10-RP-0158
- Response Due
- 4/14/2010
- Archive Date
- 7/13/2010
- Point of Contact
- JEANETTE MATHENADEPARTMENT OF VETERAN AFFAIRS
- E-Mail Address
-
CONTRACT SPECIALIST
(JEANETTE.MATHENA@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: The VISN 15 Network Business Office, Leavenworth, KS, is seeking qualified AE Firms in the geographic area within a 150 mile radius of Columbia, MO, for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services for the complete design, including construction period duties for Project 589-321, Relocate Sterile Processing and Distribution at the Harry S. Truman Memorial Veterans Affairs Medical Center (VAMC), Columbia, Missouri. The NAICS Code for this acquisition is 541310 - Architectural Services. Contract award is anticipated in June 2010. The construction cost range for Project 589-321 is between $5.0 mil and $10.0 mil. SCOPE OF SERVICE: Architect or architect/engineer firm capable of preparing all design documentation including, but not limited to, advance planning and design of the relocation of an existing Sterile Processing and Distribution (SPD) Department at the Harry S Truman Veterans Memorial Hospital (HSTMVH) in Columbia MO. 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: Systems Redesign Consultant, Architect; Medical Planners; Structural, Mechanical, Geo-technical, Communication, Plumbing, and Electrical Engineers; Radiation Physicist; Lean Consultant; Interior Designers; and Cost Estimators with experience in the programming, planning and design of an imaging center or similar complex healthcare projects. The project will relocate the SPD Department from its current location in the basement of the hospital building to its new location in an unfinished space of the Operating Suite (OR) addition currently being constructed on the west side of the hospital building. The space to be located by the new SPD department is approximately 14,000 square feet with a concrete floor and exterior walls. The design shall include a system redesign process intended to review the existing SPD operation noting inefficiencies and inadequacies to incorporate improvements in the new space design. The result of the systems redesign process is to have a new work center design that yields the most effective use of space and equipment to achieve the departmental operational requirements. The project will include construction of walls, doors, ceilings, electrical power and lighting, HVAC systems, plumbing systems, and floor coverings. Construction will include the installation of new sterilizers and all associated equipment and all necessary utilities including phone and data site prep. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required; (2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team; (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously; (4) Past record of performance on contracts with the Department of Veterans Affairs; (5) Geographic location and facilities of the working office(s); (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minority owned consultant(s), HUBZone consultants and/or women-owned consultant(s). SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit three (3) hardcopies of Standard Form 330 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 4:00 PM C.S.T, April 14, 2010, to the Issuing Office address shown above. This is a Full and Open Competitive Solicitation. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Reference No. VA-255-10-RA-0158 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this notice. Any questions must be submitted in a Request for Information format (RFI). It must be on letterhead, have the solicitation number and name in the subject field and a signature. RFI may be submitted via e-mail to jeanette.mathena@va.gov. Please allow 72 hours for a response, no phone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RP-0158/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERAN AFFAIRS;800 HOSPITAL DRIVE;COLUMBIA, MISSOURI
- Zip Code: 65201-5275
- Zip Code: 65201-5275
- Record
- SN02078139-W 20100228/100226235940-06249f4ecaf743b6704bba37b3a6b6f4 (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 |