Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2008 FBO #2343
SOURCES SOUGHT

C -- A&E Replacement Operating Rooms

Notice Date
4/24/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Fargo VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;VA Medical Center (04S);2101 Elm St.;Fargo ND 58102
 
ZIP Code
58102
 
Solicitation Number
VA-263-08-RP-0209
 
Response Due
5/16/2008
 
Point of Contact
CHARLES "BILL" KOLLITZSTU EIDENSCHINK
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Workfor Architect-Engineer (A/E) Services The VA Medical Center, Fargo, ND is seeking qualified AE firms to perform AE services for Project Number: 437-308; Title: Replacement Operating Rooms. CONTRACT INFORMATION: A Firm Fixed Price contract is contemplated with a qualified "Small Business" AE firm. The NAICS code for this acquisition is 541310, Architectural Services. The Construction Range for the project is between $5,000,000 and 10,000,000. SCOPE OF SERVICE: The successful applicant shall be responsible for the coordinated design of an approximately 40,245 gsf of space to be added to the Fargo VA Medical Center along the west side of existing Building 9. At a minimum, the design shall involve the relocation of Supply Processing and Distribution (SPD) activities and equipment from the basement level of Building 46 to the new Building 9 addition and it shall construct a new surgical suite with all required support areas at the second floor of the Building 9 addition. The remaining new addition space shall be a shelled space with concrete floors, unit heaters, sprinklers, minimal lighting and other items determined to be necessary. New air handling units shall be provided for the SPD and surgical suite spaces. The design of these areas shall be in accordance with current VA design guides and specifications and current industry standards. The A/E shall ensure the design process and final design complies with VA Directive 7547, Cultural Resource Management. The A/E shall in addition, after obtaining Fargo VA approval, submit the design to the North Dakota State Historic Preservation Office and obtain their approval. The project will fill in the basement, first, and second floors of the west side of Building 9 to allow for relocation of surgery into space adjacent to the existing recovery rooms on the second floor of Building No. 9. Basement, first floor and second floor of the in-fill will each be approximately 11,015 gsf. Third and fourth floors, and the penthouse will be approximately 2,400 gsf each, and constructed to match the existing Building 9 facade so as to maintain the building's original appearance to the extent possible. The existing west entrance stairs and columns will be salvaged and relocated as part of the effort to maintain the building's original appearance or they shall be replaced with new similar components to maintain the buildings original appearance. The option choosen shall be dependent upon which option is determined to be the most cost effective during the design process. The second floor of the addition will be constructed into between five and eight replacement operatories as determined during the design process, along with the required support spaces in accordance with Fargo VA staff requests at design meetings, VA space guide and design manual requirements. Selected surgical equipment as determined during design shall be relocated and reused, while other selected items shall be provided as new. Select SPD equipment shall be relocated and other equipment provided as new as determined during design. A clean and soiled dumbwaiter system may be required between the surgical suite and the SPD. Mechanical and electrical equipment rooms to support the operating room addition may be housed in the basement of the new addition or in the Building 9 fifth floor attic addition. The third, fourth and fifth (attic) floors construction is necessary to blend the new addition with the appearance of Building No. 9. The fifth floor attic space is also intended to house any air handling units and other mechanical and electrical equipment necessary to support the shelled in spaces below when they are converted to functional spaces in the future. Utility chases and equipment planning for both new addition and future renovation of the shelled spaces shall be planned for during the project's initial design. In 1983, when the operating suite was designed, one operating room was designed for orthopedics and the rest were smaller general surgery rooms. Today larger rooms are required to accommodate equipment and staff for complex procedures so the schedule is many times limited by the availability of the one large orthopedics room. The Medical Center purchased and installed new endovascular suite equipment in 2008 which shall be relocated to one of the new operating rooms. This project shall provide a new surgical suite that will have modern temperature and humidity controls as part of a new HVAC system, which will alleviate current problems with the current environment of care. The current surgical suite has an inadequate HVAC system that is being "nursed along" well past its intended life. Currently, surgeries often have to be delayed or cancelled until the temperature and humidity ranges can be brought within specified surgical suite parameters. The new ductwork, reheat coils, humidifiers and controls need to provide proper temperature and humidity control. OR staff need the ability to increase OR room temperatures for cold patients. If patients become cold, coagulopathy, cardiac arrhythmia, and other intraoperative complications increase. OR staff also need the ability to decrease the temperature with patients who are hyperthermic due to sepsis, localized infection, or other hypermetabolic conditions. In order to enhance patient safety, OR staff need to have control over individual room temperatures. To maintain normothermia for patients, a temperature range of 68 to 75 is recommended (AORN Recommended practices and Guidelines, Standard of Perianesthesia Nursing Practice). Significant patient privacy problems exist with the layout of the existing OR. The configuration of the rooms is such that patients obtaining an invasive, yet ambulatory procedure must walk through the entire suite, past all of the other operating rooms in order to enter their procedure room. This violates their privacy and that of other patients at a sensitive time. It is uncomfortable for them to access needed care in such a manner. This project shall address this issue and provide for VA staff approved separation between inpatient and outpatient surgical areas within the new operating suite. There are infection control concerns as a result of the inadequate design of the current OR suite. The soiled laundry and contaminated equipment from the OR must be disposed of outside the main OR suite. The dirty linens and equipment are carried through a main corridor, and then sent through a dumb waiter to the basement. This process is both risky and cumbersome. New energy efficient insulated glass windows (matching those recently installed at other Fargo VA Medical Center locations) will be installed replacing rotting and inefficient, building original, 1945 single pane, divided light, wood double hung windows. A select number of windows have been replaced and will be replaced under current projects and those windows shall be salvaged and reinstalled along the west side of the new addition. The new exterior building walls design shall provide significantly more thermal insulation than the existing un-insulated exterior building walls. The existing original steam perimeter heating system will be removed at rooms adjacent to the construction site. Energy efficient motors and variable frequency drives shall be used on air handling units and pumps. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Specific experience and professional qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. (Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously). (4) Past record of performance on contracts with the Department of Veterans Affairs or other government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. PASS/FAIL CRITERIA: The successful applicant must be geographically located within a 50 mile radius of the Fargo VA Medical Center. SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm are required to submit one completed original and 3 copies of Standard Form 330 Architect-Engineer Qualifications. Submit required documents no later than 4:30pm, Central Standard Time, May 16, 2008 to the Issuing Office address shown above. Scheduled Oral Presentations will follow. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. This is not a Request for Proposal. Questions may be directed only by e-mail or fax to charles.kollitz@va.gov, FAX: 701-237-2649.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5042acb5d1aaf8c942bb6dd92967684d&tab=core&_cview=1)
 
Place of Performance
Address: DEPARTMENT OF VETERAN AFFAIRS;VA Medical Center (04S);2101 Elm St.;Fargo ND 58102
Zip Code: 58102
 
Record
SN01560165-W 20080426/080424215639-5042acb5d1aaf8c942bb6dd92967684d (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.