Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOURCES SOUGHT

C -- WARD C RENOVATION DESIGN BATAVIA VAMC

Notice Date
7/1/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN SABRINA BRINKMAN;RM 323, BLDG 1, 222 RICHMOND AVENUE;BATAVIA, NY 14020
 
ZIP Code
14020
 
Solicitation Number
VA52810RP0249
 
Response Due
8/4/2010
 
Archive Date
9/3/2010
 
Point of Contact
SABRINA BRINKMAN
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs facility, Batavia VAMC, Batavia Veterans Affairs Medical Center, is seeking Architectural/Engineering (A/E) firms to submit Standard Form 330 for the design of the Renovation of Ward C at the Batavia VAMC, Batavia, NY. The project will be located at the Batavia VAMC at 222 Richmond Avenue, Batavia, NY 14020. The A/E firm shall provide architectural and engineering design period services to include Schematic Design (SD) Development, Design Development (DD), Construction Documents (CD), and Bid Documents (BD). Services include preparing complete contract drawings, specifications, technical reports, and cost estimates including services throughout the construction of the renovation of Ward C at the Batavia VAMC. The Consultant shall develop, by consultation and discussion with VA staff, the design and construction documents for the renovation work to include the modification of architectural, interiors, mechanical, plumbing, fire protection, electrical, telecommunications, and other systems and features necessary to provide patient privacy and environment of care improvements on Ward C. Approximate square footage is 9000 sqft. Total number of beds will be maximized based on the selected scheme. The Consultant shall also develop, by consultation and discussion with VA staff, the design and construction documents for the construction of a new 3 story mechanical tower which will in the future house HVAC equipment for all floors of the east side of Building 1. The design of Ward-C shall be renovated including, but not limited to, the following improvements: Renovation of space for nurse's station, patient bedrooms w/ bathroom & shower, patient dining and activity areas, patient care support spaces, staff and administrative support spaces, offices and conference rooms, and building service spaces. Updates to interior finishes, colors, signage, and wayfinding systems. Modification, replacement, or upgrade of building services and utilities including: heating, ventilating, and air conditioning equipment, ductwork, devices, and controls, plumbing supply, waste, vent piping, and fixtures and trim; medical gas piping and outlets; fire protection, nurse call system and alarm systems; electrical power, lighting, telecommunications, voice/data, and signal systems. Design of HVAC system equipment, ductwork, and piping for Ward-C. Design of HVAC system equipment, ductwork, and piping shall be sized for loads from the ground floor, first floor, renovated Ward-C, and the third floor. Project shall include a new 3-story mechanical tower appropriately sized to house building service equipment and utility systems for the east half of Building 1ground floor, first floor, second floor, and third floor. The A/E shall verify that sufficient building utilities services, such as but not limited to heating water and steam, potable water, normal and emergency power, fuels storage, and telephone and data systems, are present on the floor to be renovated or the first adjacent floor up or down. Required system expansions or modifications to central delivery and distribution components shall be identified by the A/E prior to the 30% submission. Selective demolition of existing work and systems on the 2nd floor, adjoining floors (above and below), and adjacent areas, as necessary to accomplish the work. The Consultant shall retain a Certified Industrial Hygienist (CIH) to evaluate and specify demolition and removal work related to the hazardous materials. Special consideration should be given to asbestos assessment, removal (abatement), and the impact of construction activities on surrounding areas. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. Short-List Criteria to select the firms for interview will be based on the H09 Hospital and Medical Facilities for specialized experience, technical competence, specific experience, and qualifications of proposed personnel and consultants along with working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction, energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Businesses and Veteran Owned Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, previous VA experience of the team, and renovation of hospital wards. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located with a 60 mile radius of the Batavia VAMC. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 OM on Wednesday August 4, 2010 at 2PM. The A/E ranked most highly qualified will be required to submit a cost proposal within 10 days after notification. THIS IS NOT A REQUEST FOR PROPOSALS! NAICS 541310 applies. Size standard is $4.5 million. Construction cost is between $5 million and $10 million. Interested firms shall be located within a 60 mile radius of the Batavia VAMC. This solicitation is unrestricted. One original and three (3) hard copies of the SF 330 are required. In addition, the A/E shall provide a CD that has a copy of their SF 330 package on it. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer, Sabrina Brinkman via email at Sabrina.Brinkman@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52810RP0249/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN SABRINA BRINKMAN;RM 323, BLDG 1, 222 RICHMOND AVENUE;BATAVIA, NY 1
Zip Code: 14020
 
Record
SN02194066-W 20100703/100701235157-f88bad8ea767a44313006a335134bcb7 (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.