SOURCES SOUGHT
C -- ICU and ER Design
- Notice Date
- 11/2/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
- ZIP Code
- 02908
- Solicitation Number
- VA-241-10-RP-0043
- Response Due
- 12/16/2009
- Archive Date
- 2/14/2010
- Point of Contact
- Jodi RuggieroContract Specialist
- E-Mail Address
-
Contract Specialist's email address
(Judith.Ruggiero@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Veteran Affairs Medical Center (VAMC) Providence, RI, is presently seeking architect/engineering firms capable of providing professional services to include design development, construction documents, specifications, cost estimates, site visits, and construction period services for two projects as follows: Project 650-324, Relocate/Replace Deficient ICU and Project 650-306, Relocate Substandard Emergency Room at the VAMC Providence, located at 830 Chalkstone Avenue, Providence, RI, 02908. The applicable North American Industrial Classification System (NAICS) Code is 541310.The Prime Contractor should have, at a minimum, the following licensed/registered specialty disciplines as members of the firm, or team including subcontractors, with demonstrated experience in their respective fields: Architects, Planners, Civil, Structural, Mechanical, Electrical Engineers, Cost Estimators, Interior Designers, and any other necessary discipline with experience in designing large medical healthcare facilities. Scope of Work for Project 650-324, Relocate/Replace Deficient ICU: Construct 6390 Gross SF Medical/Surgical Intensive Care Unit on Wing 2A of Building 1 at VAMC Providence. The new ICU shall contain eight rooms, two of which are isolation rooms. Provide 3490 SF of newly constructed space and 2900 SF of renovated space. This new ICU shall be designed to meet current standards and shall provide for visual therapy in the new patient rooms. Provide 1700 Gross SF of new mechanical space below the newly constructed ICU area. When combined with the new space to be constructed on Wing 2A, the project total for new construction is 5190 Gross SF. Renovate an additional 3600 SF of space for use as a hemodialysis clinic. Existing HVAC, electrical, medical gas, water and waste piping systems will have to be replaced, upgraded or installed to accommodate the renovated and new space. Scope of Work for Project 650-306, Relocate Substandard Emergency Room: Construct a new single story 13,440 Building Gross SF Emergency Department extending to the southern portion of Building 1 at the first floor level. The new ER will be adjacent to the new OR and planned ICU and will allow for improved coordination and increased efficiencies between the departments and sharing of resources. Construct 14 treatment bays inclusive of fast track rooms, isolations bays, and low stimulus rooms for emergency mental health resulting in improved service to emergency room patients. The design shall provide for a dedicated driveway and entrance for ambulances. Provide an additional 4800 SF of new construction to house two new seven-stop elevators and a lobby area. The new elevator bank requires renovating approximately 4000 SF of office and other space to provide a tie into the existing building space. Investigate the design of a fully functional pneumatic transporting system to allow for safe and efficient transport of medical test samples between the ER and the lab and if feasible provide the design of the pneumatic transporting system. These projects, although separate projects, are solicited together due to space issues. The Government intends to award one A/E contract incorporating both projects. Selection Criteria: (1) Specialized experience and technical competence of the firm (including a joint venture of association) with the type of services required; (2) Specific experience and 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 the project work expeditiously; (4) Past record of performance on contracts with the Department of Veteran Affairs or other Government Agency or Private Sector that includes designs for medical healthcare facilities; (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of small businesses; minority-owned; woman-owned; service disabled veteran owned; veteran owned; and/or hubzone consultants. Submission Requirements: Firms desiring consideration are invited to submit A SF-330 (part I and II) and four copies (5 total), along with proof of errors and omissions insurance, prior to close of business on December 16, 2009. Documents shall be annotated with the solicitation number VA-241-10-RP-0043 and sent to the Contracting Officer, Jodi Ruggiero, VA Medical Center (650/90C), 830 Chalkstone Avenue, Providence, RI. Faxed or email submissions will not be accepted. All inquiries shall be submitted in writing. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA-241-10-RP-0043/listing.html)
- Place of Performance
- Address: VAMC Providence;830 Chalkstone Avenue;Providence, RI
- Zip Code: 02908
- Zip Code: 02908
- Record
- SN01996662-W 20091104/091102235435-3fe912d061a654ed692ff11c360adabf (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 |