DOCUMENT
C -- AE Construct Primary Care Bldg. VA Medical Center Spokane Washington 668-315 - Attachment
- Notice Date
- 10/1/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave. Suite 460;Boise, Idaho 83702
- ZIP Code
- 83702
- Solicitation Number
- VA26014R0126
- Archive Date
- 10/30/2014
- Point of Contact
- Michael Neer
- Small Business Set-Aside
- Total Small Business
- Award Number
- VA260-14-C-0042
- Award Date
- 9/30/2014
- Awardee
- BLUE ROOM DESIGN STUDIO;108 N WASHINGTON ST;SPOKANE;WA;992015003
- Award Amount
- $937,812.38
- Description
- The Department of Veterans Affairs, Mann-Grandstaff VA Medical Center, Spokane, Washington requires the services of an Architectural and Engineering contractor to complete a full design for demolition and abatement of Building 4; a 1950 single story wood frame office building, approximately 2,500 Square Feet and complete design for construction of the new multi-story Primary Care Building with an area of 25,000 Square Feet to support the Patient Aligned Care Team (PACT) concept. The Selected AE firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. The selected AE firm shall furnish technical services for schematic design, design development, construction documents and post-construction services. It is expected the following key disciplines, but not limited to, are required for this procurement; architectural, electrical, elevator, fire protection, telecom, mechanical, civil, structural, environmental, landscape, interior design, sustainable design and cost engineering. The design shall include incorporation of the new building to the existing Amag Security System as related to the requirements of the VA Physical Security guidelines and any other systems needed to accommodate two additional stories in the future. Further, the design shall include a feasibility study for alternate energy sources and incorporate them into the design if practical. An evaluation of the existing campus utilities and a life cycle cost analysis of extending the steam and chilled water from the central plant versus natural gas and DX for the mechanical systems shall be completed. The building shall achieve certification of at least two Green Globes. The selected AE firm shall construct a full BIM model in Revit. The procurement will be evaluated using the Brooks Act (PL-92-582). This is set aside for small businesses. The NAICS code for the procurement is 541310, and the size standard is $7 million. Eligible A/E firms must be located within a 300 mile radius of White City Oregon. AE Firm Selection: In accordance with FAR Subpart 36.6 and VA Acquisition regulation 836.6 the following evaluation criterions are listed in descending order of importance. (1)Professional qualifications necessary for satisfactory performance of required service. Key personnel are defined as lead designers for key disciplines including the project manager and quality control manager to be assigned to this contract for both the consultant and subconsultants. Key personnel proposed are required to be licensed or certified professionals that make up the team. (2)Specialized experience and technical competence in the type of work required, including experience in energy modeling and conservation, innovative design, and Green Globes building certification.. The proposed team shall provide a maximum of five specific completed projects that best illustrate overall team experience within the last three years. (3)Capacity to accomplish the work in the required time. Describe the firm's ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete this project. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Indicate specialized equipment available. (4)Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. In its evaluation of past performance, in addition to information submitted by the firm, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. (5)Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of project. This area of consideration is a 300 mile radius between principal place of business and the Mann-Grandstaff VA Medical Center, Spokane, WA. (mileage eligibility will be based on www.mapquest.com. In addition to the evaluation criteria set forth in FAR 36.602-1 the board will consider secondary factors set forth in the Veterans Affairs Acquisition Regulations 836.602-1. (6)Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7)Record of significant claims against the client because of improper or incomplete architectural and engineering services. (8)Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Firms that meet the requirements listed in this announcement are invited to submit 1 electronic pdf copy of SF330 Part I and SF330 Part II and supplemental narrative where appropriate. Applications shall be submitted to Pamela Pope via e-mail Pam.Pope@va.gov prior to January 3rd, 2014, 2:00 PM mountain time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/Awards/VA260-14-C-0042.html)
- Document(s)
- Attachment
- File Name: VA260-14-C-0042 VA260-14-C-0042 AWD.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661716&FileName=VA260-14-C-0042-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661716&FileName=VA260-14-C-0042-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-14-C-0042 VA260-14-C-0042 AWD.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1661716&FileName=VA260-14-C-0042-000.docx)
- Record
- SN03539253-W 20141003/141001234520-f5a07629fed5df9bc9d01fc02c6e215e (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 |