DOCUMENT
C -- CONSOLIDATE SURGICAL SUITES AE DESIGN - Attachment
- Notice Date
- 3/15/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 106C, BLDG 2, 222 RICHMOND AVENUE;BATAVIA, NY 14020
- ZIP Code
- 14020
- Solicitation Number
- VA52812R0188
- Response Due
- 4/17/2012
- Archive Date
- 6/16/2012
- Point of Contact
- SABRINA BRINKMAN
- Small Business Set-Aside
- N/A
- Description
- VA intends to award an Architect/Engineer contract for complete design services (design, construction documents, estimates of probable costs, and construction period services as defined in the SOW for the relocation of the ambulatory surgical suite at the VA Western NY Healthcare System (VAWNYHCS), 3495 Bailey Avenue, Buffalo, NY 14215. The consultant shall develop, by consultation and discussion with VA staff, the design and construction documents for the relocation of the ambulatory surgical suite at the Buffalo VA Medical Center from the 5th floor to an area adjacent the medical center's other surgical functions located on the second floor. This move will result in all surgical functions (surgery, recovery, ICU, and outpatient surgery) being located contiguously on the second floor. The scope involves construction of approximately 8,500 gross square feet (GSF) of new space and renovation of 8,250 GSF of existing adjacent second floor space. The Project specific scope of work shall include, but is not limited to the following overview of requirements, a.Consultation and discussion with VA staff to establish Design Basis. b.Relocation and refurbishment of oxygen tanks and removal of at grade structures and equipment. c.Construction of new addition at the second floor level to house PACU and ASU pre-op and recovery functions. d.Relocation of ICU room #1 to provide direct connection from new addition to ICU. e.Renovations to expand surgery and ICU reception and waiting areas to accommodate relocated ASU functions and provide a central control/reception area. f.Renovations to reconfigure the core east wing to develop an isolated Cysto/Endoscopy suite separated from the general circulation pattern. g.Expansion and centralization of surgical supply and storage areas opposite the service elevators to improve flow of supplies. h. Relocation of anesthesia offices to improve group functionality. i.Additional Preliminary Engineering i.The contractor shall follow regulations pursuant to the National Environmental Policy Act (NEPA) in 40 CFR Parts 1500 -1508, as applicable. The contractor will conduct all work necessary to comply with implementing regulations for NEPA as specified in 38 CFR Part 26 "Environmental Effects of the Department of Veterans Affairs (VA) Actions." ii.The contractor will prepare in written form all necessary documentation to determine whether or not this project is defined as a "Major Federal Action" under federal control and responsibility (in whole or in part) which may "significantly" impact the environment. "Major Federal Action" and "significantly" are further defined in 40 CFR Sections 1508.18 and 1508.27, respectively. iii.The contractor will conduct and document all necessary aspects of the three-tiered review process under NEPA. These three tiers include: 1.Categorical Exclusion Determinations (VA Categorical Exclusions (CATEX's) are found in 38 CFR 26.6 (b) (1)). 2.Preparation of Environmental Assessment (EA) and Finding of No Significant Impact (FONSI) Documentation. 3.Preparation of a Formal Environmental Impact Statement (EIS). iv.The contractor shall follow regulations pursuant to Section 106 of the National Historic Preservation Act (NHPA) as applicable. The contractor will conduct all work necessary to comply with implementing regulations for Protection of Historic Properties as specified in 36 CFR Part 800. v.The contractor will provide all necessary documents to the VA for submission to the required Federal and New York State agencies to ensure full compliance with applicable NEPA and NHPA regulations. In addition, the contractor will represent the VA during any public review sessions and meetings with regard to NEPA requirements. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. Design services shall include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Short-List Criteria to select firms for interview will be based on the H09 Hospital and Medical Facilities for specialized experience, technical competence, specific experience in renovation of surgery areas or ICU areas, and qualifications of proposed personnel and consultants along with 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 evaluation and selection process will be given to Service-Disabled Veteran-Owned Businesses and Veteran Owned Businesses. Final Ranking of interviewed firms fill be based on the team proposed for this project, previous VA experience of the team, and experience in renovation of surgical suites/areas and ICU suites/areas. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 100 mile radius of the Buffalo VA Medical Center. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 OM. Address to submit 330s is Sabrina Brinkman, Batavia VAMC, RM 106C, Bldg 2, 222 Richmond Avenue, Batavia, NY 1402. All SF 330s must be submitted by Tuesday, April 17, 2012 at 11:30am in order to be considered. Any SF 330s received after 11:30am on Tuesday, April 17, 2012 will be considered late and will not be considered. 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 the project, and specific VA experience. It is anticipated interviews for the selection will be conducted on or about the middle of May 2012. The A/E ranked as most highly qualified will be required to submit a cost proposal within 10 days of notification. THIS IS NOT A REQUEST FOR PROPOSALS. NACIS 541310 applies. Size standard is $4.5 million. Construction cost estimate is between $5,000,000 and $10,000,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52812R0188/listing.html)
- Document(s)
- Attachment
- File Name: VA528-12-R-0188 VA528-12-R-0188 PRESOLICITATION NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=308140&FileName=VA528-12-R-0188-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=308140&FileName=VA528-12-R-0188-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-12-R-0188 VA528-12-R-0188 PRESOLICITATION NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=308140&FileName=VA528-12-R-0188-000.doc)
- Record
- SN02697721-W 20120317/120315234929-15b38af377393dcae346fd4c65b41bf3 (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 |