Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2011 FBO #3646
AWARD

C -- Expand Specialty Clinics, Ph I Project: 663-376

Notice Date
11/16/2011
 
Notice Type
Award Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (10F-ACQ);VA Puget Sound Healthcare System;9600 Veterans Drive SW, Bldg 17;Tacoma WA 98493
 
ZIP Code
98493
 
Solicitation Number
VA26011RP0361
 
Response Due
2/14/2011
 
Archive Date
2/15/2012
 
Point of Contact
Robin Tice
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
VA260-P-1002
 
Award Date
11/10/2011
 
Awardee
TOMPKINS ASSOCIATES, INC.;612 NW KAY DR;LEES SUMMIT;MO;640631815
 
Award Amount
$876,704.00
 
Description
SF 330 Architect-Engineer Qualifications applications are invited from Architect-Engineering firms to provide professional design services and construction period services for the Building 100 partial third and fourth floor clinical upgrades at the Seattle Division of the VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle, WA. 98108. The design work will involve approximately 15,200 gross square feet (conversion of approximately 9,000 of existing space and approximately 6,200 square feet of new space) in Bldg 100 third and fourth floors. This project will require extensive site planning and coordination between the VA engineering service, clinical staff, and AE firm. The scope of work design will include work on two separate floors in the building. 1.Construct approximately 6,200 square feet new space to expand the B100 third floor to increase the medical center's surgical operating room capacity. The design work will include 4 new surgical operating suites as well as OR staging and support areas. Design work will include structural, exterior finishes, expansion of all utilities, interior design, and interior finishes. The work will include a dedicated air handler / filtration system. 2.Convert approximately 9,000 square feet of B100 fourth floor space to a comprehensive dental procedure clinic. The design scope will include 18-22 dental operatories; dental / denture laboratory; and dental service administrative support offices. The work will cover all requirements for both the dental and surgical suite designs. The design work will include specialized HVAC requirements and patient isolation provisions for chemotherapy treatment and infectious disease isolation. The design work will involve planning for the construction work so that there is no disruption in the adjacent medical center spaces. The design portion of the project must plan for multiple concerns of vibration, noise, and dust contamination of the immediately adjacent occupied clinic and public areas. The A/E contractor must provide bid-ready design documents 180 calendar days after A/E contract award. Provide construction period services following the construction contract award based upon this design work. Architect - Engineer evaluation and selection will be based on qualifications stated under CBD Numbered Note 24. The selected firm or organization should have significant experience (both firm and assigned individual engineers) in the design of both dental (clinical and administrative areas) and surgical operating room suites serving large institutional medical facilities. Special qualifications and selection of firms will be place emphasis on design capabilities of firms with previous medical institution dental and surgical operating room design. Applicants must be able to demonstrate the credentials of the firm and assigned staff to support the design scope. Selection factors used in the evaluation of A/E submittals for the subject design are from highest to lowest: 1. Professional qualifications of design team including architectural, electrical, mechanical, etc. consultants. 2. Specialized experience and technical competence in the type of work required. Previous design work experience paralleling the two distinct elements (dental and surgical) of the subject design. 3. Staffing capacity and capabilities for the prime contractor and sub-consultants to accomplish the work in the required time. 4. Past Performance on previous VA design contracts for the two distinct elements (dental and surgical) of the subject design. 5. Location of the prime contractor and consultants in the general geographical area of the project and knowledge of the locality of the project. 6. Past design litigation (preceding 5 years). The applicable NAICS code is 541310. This acquisition for design services will be a 100% set aside for small disadvantaged veteran owned small business concern (SDVOSB). All SDVOSB's must be verified by the Office of Small and Disadvantaged Business Utilizations Center for Veterans Enterprise (CVE) through www.vetbiz.gov to be considered for an award. This is not a Request for Proposal. A current SF 330 representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application for each proposed consultant's office involved. Point of Contact is Robin Tice at robin.tice@va.gov. No firm or organization will be considered unless an application consisting of the completed SF 330 and other evidence of experience and capabilities the applicant considers relevant is submitted as follows: Each firm is required to mail two (2) hard copies and one (1) CD of their SF330 no later than 2 PM PDT Monday, February 14, 2011 to Robin Tice (10F-ACQ); VA Puget Sound Health Care System /American Lake Division, 9600 Veterans Drive SW, Bldg 17, Rm 212, Tacoma, WA 98493-5000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26011RP0361/listing.html)
 
Record
SN02624147-W 20111118/111116234127-0b25ca607fa38b99901df2aab6abe826 (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.