SOURCES SOUGHT
C -- VAMC, Atlanta, Georgia - Moderization of Patient Wards
- Notice Date
- 11/12/2004
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
- ZIP Code
- 20420
- Solicitation Number
- 508PR2057
- Response Due
- 12/13/2004
- Small Business Set-Aside
- N/A
- Description
- POC Scope: Ed Nicholson, 916-843-7187 / Selection Process: Robert T. Smoot, 202-565-4181. Architect or architect/engineer firm (NAICS 541310) to provide professional services for the advanced planning and design of a project for the renovation of 3 inpatient floors (seventh, eighth, and tenth), construction of two new elevators in the main hospital facility and construction of an enclosed connecting bridge between the medical center and the regional VA office at the VA Medical Center, Atlanta, Georgia. This project will require renovation of approximately 60,000 sq. ft. including associated HVAC, ADA, electrical, plumbing, fire and safety upgrades The renovations will address CARES capacity gaps for specialty, primary and ancillary care. Space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency. Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in design. The completed project should be capable of achieving LEEDS certification. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards. Physical security and force protection along with infectious disease control will be an integral part of the final design. The new space will be in compliance with the Uniform Federal Accessibility Standards (UFAS) and PG-18-13 in all areas. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. Only firms with in-house architectural services, experienced in the design of similar facilities, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with construction of medical facilities. Only architects or architect/engineer firms (small businesses and large) demonstrating the above capabilities and a planned approach to perform contract services will be considered. Applicants must have an established working office within a 125-mile radius of Atlanta, Georgia of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of Georgia. Preference will be given to firms with working offices in the State of Georgia. No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (181A), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required within 30 days of the date of this advertisement. A current SF 330 Part II, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultant?s office involved. Applicants will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant?s capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-owned consultants and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be: 23% (SB), 5% (SDB), 5% (WOB), 3% (HUB Zone), 7% (VOSB), and 3% (SDVOSB). Note: The ?covenant against contingent fee? clause
- Web Link
-
RFP 508PR2057
(http://www.bos.oamm.va.gov/solicitation?number=508PR2057)
- Place of Performance
- Address: VAMC Atlanta, Georgia
- Zip Code: 00000
- Country: United States
- Zip Code: 00000
- Record
- SN00707621-W 20041114/041112211702 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |