Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2009 FBO #2902
SOURCES SOUGHT

C -- REMODEL AND RENOVATE BUILDING 86, JONATHAN M. WAINWRIGHT MEMORIAL VA MEDICAL CENTER, WALLA WALLA, WA

Notice Date
11/2/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-10-RP-0017
 
Response Due
11/13/2009
 
Archive Date
1/12/2010
 
Point of Contact
Frank A ClemonsContracting Officer
 
E-Mail Address
Frank A. Clemons
(frank.clemons@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking interested firms that are classified under one or more of the following small business programs: (1) Section 8(a), (2) HUBZone, (3) Small Disadvantaged Business (SDB), (4) Woman-Owned Small Business (WOSB), (5) Service-Disabled Veterans-Owned Small Business (SDVOSB), and/or (6) Veteran-Owned Small Business (VOSB). The interested firms shall be architects or architect/engineer firms capable of preparing all design documentation including, but not limited to, advance/master planning to remodel and renovate the main hospital building at the Jonathan M. Wainwright Memorial VA Medical Center, 77 Wainwright Drive, Walla Walla, WA 99362. The applicable North American Industrial Classification System (NAICS) is 541310. Prime contractor should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architects; Medical Planners; Civil, Structural, Seismic, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; an independent Commissioning Agent; and Cost Estimators with experience in the planning and design of renovating hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects. Scope: Remodel and renovate Building # 86 consisting of approximately 48,000 GSF to accommodate clinical, administrative, and support functions. The renovation will also include seismic upgrades to make the building compliant with current VA seismic code. Renovation work will include asbestos/lead abatement. Building # 86 is a four-story building constructed in 1929 and is listed in the Historical Registry of Historical Buildings. Once a thorough analysis of the users and the facilitys needs has been completed, the scope and method of meeting those needs may change and require a different approach. Seismic design will adhere to VAs manual for Seismic Design Requirements (H-18-8). 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, along with water and energy efficiencies in design; and, in addition, the project will comply with the VA Sustainable Design and Energy Reduction Manual. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards. All structures and utilities will be designed to meet VAs criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. The 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.. The completed project should be capable of achieving LEED Silver certification. Only firms, or teams, with in-house architectural services, recent experience in the design of contemporary, state-of-the-art medical facilities similar to that proposed. Additional tasks may include site analysis and campus master plan. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firms, or teams, Quality Assurance /Quality Control procedures. In addition, the firms or teams must demonstrate their ability to effectively utilize IFC version 2x-3 (or later) compliant parametric Building Information Modeling (BIM) system in developing this project from its initial conception through completion of documentation. The team shall have the experience, ability, and data management skills to execute an integrated design approach using BIM technology. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. In addition to design capabilities, estimating capabilities of the applicants will be considered. An estimate of construction cost based on level of design detail will be required at each design phase. The selected team shall design to the governments estimated cost for construction. Applicants must have an established working office within 300 miles of Walla Walla, Washington and be of sufficient size and experience to accomplish the work, and be licensed in the State of Washington. Preference will be given to firms with working offices in the State of Washington. All interested firms responses should include the following information: 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone number and e-mail address, 5. Business size determination and qualifying Small Business status, 6. Certification of Small business Status, 7. Provide three to five design experience projects of similar size and complexity. Please provide your responses by 1:00 p.m. on November 13, 2009 by either email frank.clemons@va.gov or fax at 202.565.4595. For questions regarding scope, please call Antonio Bruscantini at 707.562.8287. For questions regarding selection process, call Robert Smoot at 202.461.8220. Note the above subcontracting goals are subject to change. Note: The covenant against contingent fee clause is applicable to this solicitation. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-10-RP-0017/listing.html)
 
Place of Performance
Address: Jonathan M. Wainwright;Memorial VA Medical Center;77 Wainwright Drive;Walla Walla, WA
Zip Code: 99362
 
Record
SN01996623-W 20091104/091102235400-469a6b66ed04bba07680634926a5cd22 (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.