Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

C -- 528A7-12-703 AE DESIGN FOR COMP AND PEN EXAM ROOMS

Notice Date
2/16/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA52812R0186
 
Response Due
3/19/2012
 
Archive Date
6/17/2012
 
Point of Contact
Frances M Leip
 
E-Mail Address
5-4694<br
 
Small Business Set-Aside
Total Small Business
 
Description
VA intends to award an Architect/Engineer contract for complete design services ((preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services)) for Renovation of Comp and Pen Exam Rooms/Womens Clinic, Project# 528A7-12-703. This is a 100% total small business set aside. The A/E shall provide complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for Renovation for multi-functional Outpatient Exam Rooms, Project 528A7-12-703. This project proposes to completely redesign an existing office suite located on the existing ground floor center core area for the creation of both women's health outpatient clinical exam rooms and space, as well as outpatient clinical exam rooms and space for Compensation and Pension care clinic. The A/E will need to ensure that this space meets current space needs and patient privacy standards, along with improving the current patient care environment to enhance clinical practices. The project will redesign utilizing the space criteria set forth in the VA SEPS programming guide with modifications as required. The project will consist of converting approximately 4,800 sf of space that is currently being utilized as an interim pharmacy locations while the new pharmacy area is being renovated, to include clinical space, waiting areas and medication storage space. The design will need to ensure that the existing footprint is completely reconfigured to include wall demolitions, ceilings, flooring, asbestos abatement and electrical and mechanical systems. The design must replace all electrical and mechanical systems and relocate fire protection as necessary to provide new exam room clinical space. This project will completely demolish the necessary existing walls, electric, lighting, ceiling, floor tile, asbestos mastic abatement, mechanical ductwork for the current temporary pharmacy space on the ground floor and will redesign a new suite of approximately 4,800 sf. It is expected that all new electric and mechanical will be required from existing services unless infrastructure increases are necessary, completely new plumbing and drains will need to be run and all architectural finishes will be new and be similar in material to the existing environment and to match the requirements of each clinic. Of the new exam rooms each room will be outfitted with standard primary care furnishings and utilities to match the rest of the outpatient care clinics. This will include such items as an exam room, hand-washing sink, cabinetry, table, IS cabling and build in work stations. Some of these rooms may also need medical gasses and suction. The intent is for the design to occur during FY2012 with construction in FY2013. Short-List Criteria to select the firms for interview will be based on H09 Hospital and Medical Facilities and E05 Elevators, especially design and construction expertise within existing facilities, technical competence, specific experience and qualifications of proposed personnel and consultants along with record of working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction and energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, previous VA experience of the team, and specific structural design experience with existing facilities. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a150 mile radius of the Syracuse VA Medical Center as indicated by a mapquest.com driving directions search from prime designer to 800 Irving Ave, Syracuse NY 13210. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 no later than March 19, 2012 by 2:00PM. THREE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submissions should emphasize experience on similar projects, the key personnel to be assigned to this project, and specific VA experience. It is anticipated interviews for selection will be conducted the last two weeks of March 2012 and that a cost proposal from the A/E firm ranked as the most highly qualified will be required to be submitted no later than April 16, 2012 This is not a request for proposals. NAICS 541310 applies. Small business size for this NAICS is 4.5 million. Construction cost estimate is between $1,000,000 and $5,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52812R0186/listing.html)
 
Record
SN02677701-W 20120218/120216235506-a76668a58657baa6a43b7e68ec434708 (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.