Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
DOCUMENT

C -- AE Design CLC Pod 2 - Attachment

Notice Date
5/16/2017
 
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
VA26117R0335
 
Response Due
7/6/2017
 
Archive Date
7/21/2017
 
Point of Contact
Charee Harris
 
E-Mail Address
DESIGN CLC POD 2
(charee.harris@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs VA Sierra Nevada Health Care System, Reno, Nevada (VASNHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 654-531, Design Community Living Center (CLC). This is a 100% Service Disable veteran Owned Small Business set-aside. This design effort shall primarily consist of preparing complete construction documents to construct a new, approximately 13,900 square foot, 12-20 bed long term care facility at the VA Sierra Nevada Health Care System in Reno, Nevada in accordance with VA design criteria. All VA design criteria can be accessed on the web at http://www.cfm.va.gov/TIL/ The A/E will register the design with the US Green Building Council and make every attempt to obtain Leadership in Energy and Environmental Design (LEED) Silver Certification to meet the Department of Veterans Affairs goal to comply with Executive Order 13423, Strengthening Environmental, Energy and Transportation. If during the design effort it becomes apparent that the facility will be unable to meet the Silver Certification, the A/E will address the issues in writing and develop a deductible contingency to meet the certification goals. Further information can be found at the VA Office of Construction and Facilities Management web page http://www.cfm.va.gov/til/sustain.asp Sustainable Design & Energy Reduction. In an effort to meet LEED criteria, the design of the building, specifically installation of new glazing, shall provide for as much natural light as possible. Skylights at the roof level would be considered as an acceptable option if installation of such would result in additional LEED points. Every effort should be made to provide corridor ceiling heights as high as possible to assure the facility criteria of 9 feet above finished floor is met at all areas of the building. The facility currently consists of a variety of buildings constructed from between 1937 through 2016. Due to this range in building ages, several different exterior finishes exist on campus. Although the design does not have to be tied in to any of the existing finishes, the building exterior appearance should relate to the existing campus. The exterior appearance of the building will require approval of the Facility Director. The A/E will include as part of the design all documents and reviews necessary to ensure that the proposed project is in compliance with the National Environmental Protection Act (NEPA) of 1970 and all VA requirements as outlined in the VA Office of Construction and Facilities Management web page at http://www.cfm.va.gov/til/spclRqmts.asp Environmental Compliance Manual. Any design element that will require an environmental assessment or an environmental impact statement will be addressed to the facility prior to the completion of the design effort with a contingency plan to address the potential environmental impact. All recently constructed new buildings or renovations have been designed with a patient-centric and family-centric intent. The A/E shall include such considerations into all aspects of the design as appropriate. The A/E must review the VA provided Direct Digital Control (DDC) Network Layout spreadsheet. After review the A/E must provide design direction (within the Bid Docs) to maintain proper DDC network health. A/E is responsible for updating the spreadsheet once the project is complete. 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; Past Experience of the prime firm, consultant firms and proposed designers. Prime firm must have proven experience in health care design through construction administration. 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. 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. Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases (prime firm). 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 3:00 P.M. Pacific Standard Time (PST) Thursday, July 6, 2017, to the following: THREE (3) hard copies shall be sent to Mr. Michael Grayson at VA Sierra Nevada Health Care System, Office of Facility Maintenance Services, 975 Kirman Avenue, Reno, NV 89502. Hand carried copies can be delivered directly to Mr. Grayson at the same address. ONE (1) electronic copy shall be sent to Mrs. Charee Harris at charee.harris@va.gov. There will be an informational meeting at the VA Reno Facility on Friday, June 16, 2017 from 2:00 pm 3:00 pm, at the VA Reno Hospital, Bldg. 1, Tahoe Conference Room (C5330), purple elevators, on the 5th floor of the hospital. Project scope and site will be discussed. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Charee Harris, via E-mail to charee.harris@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation VA261-17-R-0335. NOTE: IAW FAR Clause 52-219-14(c)(1) At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.*Please do not respond unless your company can meet this limitation*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26117R0335/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-R-0335 VA261-17-R-0335_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503471&FileName=VA261-17-R-0335-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3503471&FileName=VA261-17-R-0335-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VASNHCS;975 Kirman Avenue;Reno, NV
Zip Code: 89502
 
Record
SN04509943-W 20170518/170516234243-899908510e054ba92aaf5ba89dffd868 (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.