Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
DOCUMENT

C -- A/E Services to Improve Sterile Supply & Biomed Veterans Affairs Palo Alto Health Care System - Attachment

Notice Date
6/20/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
 
ZIP Code
89502-2597
 
Solicitation Number
VA26114R0529
 
Response Due
8/7/2014
 
Archive Date
11/14/2014
 
Point of Contact
Megan Barr
 
E-Mail Address
5-7154<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs VA Palo Alto Health Care System, Palo Alto, CA (VAPAHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 640-398, Improve Sterile Supply and Biomed. A/E firm will provide professional architectural and engineering services to design the complete set of construction documents and administer the construction administration services for the expansion, functional re-alignment and deficiency correction of the Building 100 basement level, which will house sterile processing services, logistics services, biomedical engineering services, staff support spaces and building support areas. The Sterile Processing Department at VAPAHCS is currently operating with minimal emergency power, aging and hazardous HVAC equipment, and functional deficiencies with how sterile instruments and case carts are being stored. VAPAHCS is realigning services, and expanding the basement level of Building 100 in order to correct these deficiencies and to prepare the facility to better meet future needs. This project will renovate the deficient Sterile Supply Service to ensure adequate capacity to perform all sterilization and decontamination functions. In addition, this project will build a replacement biomedical workshop adjacent to the existing Sterile Supply Service area to enhance efficiencies and ensure patient safety by improving communication and work flow between departments. The renovation will comprise of designing of a new approximately 3,000 square foot addition to the basement level of Building 100, as well as space re-designs for Biomedical Engineering, Sterile Processing Service and Logistics Service. There will be approximately 13,000 square feet of renovations. The renovation of the interior space of Building 100 will include correction of identified Emergency Power deficiencies and replacement of all HVAC terminal boxes and flexible ductwork. The A/E firm shall comprise of a qualified principal design firm that will manage a group of licensed professions to competently design this project to meet or exceed the project's objectives and requirements. The A/E team shall comprise of, but is not limited to, the following professional disciplines: civil, geotechnical, structural, architectural, interior design, medical planning, mechanical/HVAC/ plumbing, Electrical, Fire - Mission Critical, Sustainability (LEED Silver Certification), Security, IT/data (telecommunications), construction cost estimating, signage/way-finding, and landscaping. The A/E team shall also include architectural personnel with qualified hospital, and hospital infrastructure systems design experience. A total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include; 1.Past Experience of the prime firm, consultant firms and proposed designers. Prime firm must have proven experience in health care design through construction administration. 2.Specialized Experience and Technical Competence in hospital design with the ability to design and administer projects within a complex, active healthcare environment with stringent seismic requirements in the State of California. 3.Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. 4.Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases (prime firm). 5.Geographical location and knowledge of the locality of the project. This requirement considers the prime firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements within the Palo Alto area. Prime firm must be able to respond to and be on-site within a four-hour window. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by close of business August 7, 2014, to the following: THREE (3) hard copies shall be sent to Mr. Matt Pechman at VA Palo Alto Health Care System, Office of Facility Planning and Development (720B), Building 6, Room C-352, 3801 Miranda Ave, Palo Alto, CA 94304. Hand carried copies can be delivered directly to Mr. Pechman at Building 6, Room C-352. ONE (1) electronic copy shall be sent to Ms. Megan Barr at megan.barr@va.gov. There will be an informational meeting at the VA Palo Alto Facility on July 24, 2014 from 2:00 pm - 4:00 pm, Conference Room A2-200 in building 101 on the second floor. Project scope and site will be discussed. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Megan Barr, via E-mail to megan.barr@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation VA261-14-R-0529.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26114R0529/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-R-0529 VA261-14-R-0529 REQUEST FOR SF330S.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443886&FileName=VA261-14-R-0529-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443886&FileName=VA261-14-R-0529-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03401897-W 20140622/140620235405-3d5983dfe43f35e4ab7c80ffd15784de (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.