Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

C--C -- AE Services for Design of an Operating Suite Replacement at the VA Medical Center, Columbia, MO

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
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
101-06-0011AE
 
Response Due
6/26/2006
 
Archive Date
7/26/2006
 
Small Business Set-Aside
N/A
 
Description
Architect or Architect/Engineer firm to provide professional services for the planning and design of a project for the construction and renovation of the Operating Suite Replacement project at the VA Medical Center, Columbia, MO. The NAICS code for this procurement is 541310 with a Small Business Size Standard of $4.5 million. The project will require construction of approximately 26,000 square feet of new space to replace the OR Suite including associated site work, utility relocation and landscaping. The project will also require the renovation of approximately 12,000 square feet of space for: surgical support, PACU, a cysto suite and same day surgery. The renovations will correct existing infrastructure deficiencies. The new facility is supported by CARES and addresses capacity gaps for specialty, primary and ancillary care. Space layout and interior partitioning shall 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. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards as well as VA standards. All new space and utilities will be designed to meet the Interagency Security Committee's and other relevant physical security guidelines. The new and renovated space will be in compliance with the Uniform Federal Accessibility Standards (UFAS) and the VA Barrier Free Design Guide (PG-18-13) in all areas. Required services will include preparation of a design program and schematics plans utilizing all appropriate architectural and engineering disciplines including CADD, and a firm estimate of construction cost including a detailed market survey. The contract will include a government option for: design-build RFP package; or, design development document preparation, construction document preparation, construction period services, and site visits. The completed project should be capable of achieving LEEDS certification. Only firms with in-house architectural services, experienced in the design of similar facilities, will be considered. Emphasis will be placed on previous successful experience with construction of medical facilities and surgical suites and on estimating capabilities. 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 200-mile radius of Columbia, Missouri of sufficient size as to be able to provide timely response; experience to accomplish the work; and be licensed in the State of Missouri. No firm will be considered unless an application consisting of a completed SF-330 Parts I and II 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 by 3:30 PM EST on June 26, 2006. 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. Applicants will be rated based on the relevant specific 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 demonstrated 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, a subcontracting plan must be submitted with the following contracting goals: 23% (SB), 5% (SDB), 3% (SDVOSB), 5% (WOSB), 3% (HUBZone), and 7% (VOSB). Note: the "covenant against contingent fee" clause is applicable to this solicitation. * * *
 
Place of Performance
Address: Harry S. Truman Memorial Hospital, 800 Hospital Drive, Columbia, MO
Zip Code: 65201
Country: United States
 
Record
SN01057231-W 20060527/060525220755 (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.