Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
DOCUMENT

C -- Repair Critical Building Systems (Building 100) 640-13-174P - Attachment

Notice Date
3/13/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26113R0584
 
Archive Date
6/20/2013
 
Point of Contact
Andrea Fair
 
E-Mail Address
3-4515<br
 
Small Business Set-Aside
N/A
 
Description
The VA Palo Alto Health Care System (VAPAHCS) has a need for planning and design services by an Architectural/Engineering firm with expertise in healthcare building and systems design and clinical services. The contract services will be to provide a detailed analysis of Building 100 Main Hospital to redesign the inpatient bed units to meet current VA and industry guidelines while also providing critical improvements and upgrades to building mechanical, electrical and plumbing (MEP) systems. The VA Palo Alto Health Care System (VAPAHCS) is a major tertiary care referral center with three hospital-based divisions and a network of six community based outpatient clinics (CBOCs). This project is located on the Palo Alto Division (PAD). Building 100 is the main acute care hospital building. Building 101 is an administrative and basic science research facility. Building 103 is the main generator building, which provides emergency power to Buildings 100 and 101. Over 15 years have passed since these two buildings were activated. While these buildings are not old, VA studies (MEP and Facility Condition Assessment [FCA]) have identified significant deficiencies throughout both buildings. Furthermore, 72 percent of all rooms are semi-private, which presents significant infection control problems. VA's new acute care design guide requires all private patient rooms with dedicated ADA/UFAS compliant bathrooms and showers. Contractor shall provide the following analysis and design to complete a planning, feasibility, constructability and schematic design phasing plan to repair critical systems in Buildings 100 and 101. A/E shall provide a detailed assessment of Buildings 100, 101 and 103. Based on the Department of Veterans Affairs (VA) Program Guide (PG-18 Standards), which can be found electronically on VA's Technical Information Library (TIL) (http://www.cfm.va.gov/TIL/ ), A/E shall formulate programming and design solutions to address all identified variances. A/E shall provide detailed engineering analyses of the existing mechanical, electrical, control, and plumbing systems for these buildings and the impact of each on the respective building structure and environment. Contractor shall assess existing Building 100 inpatient unit floor plans and functional space alignment for opportunities to maximize available bed capacity on each unit. To modify the existing floor plans to allow for all private patient rooms, modifications of the existing precast concrete panels and associated windows, as well as impacted MEP systems, would have to be addressed to properly align to the proposed floor and space plans. For planning purposes, Building 100 and 103 should be classified as Mission Critical and Building 101 should be classified as Life/Safety projected. A/E shall include a comprehensive investigation of the existing environment of care, but not limited to, patient privacy, space programming/utilization and appropriate adjacencies. The A/E shall provide a detailed environmental assessment of Building 100/101 by a third party environmental consultant, which will outline and address the existing environmental exposures, which could adversely impact the health of patients and staff. This environmental study will include a comprehensive remediation plan on how to effectively address and mitigate all identified hazards throughout each building to include air quality. A/E shall complete design through the Schematic Design (SD) phase, converting the existing CADD files to BIM using the latest version of Revit. Building 100 and 101 must remain active during renovation. To minimize disruption and impact on delivery of care during renovation, the contactor will provide a proposed phasing plan, risk registrar and risk management plan to effectively renovate both buildings. A total of three (3) copies of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include; (1) Past Experience of the firm and its proposed consultants in Healthcare projects; (2) Specialized Experience and Technical Competence in the following disciplines: mechanical, electrical and plumbing (MEP) design and construction, healthcare building design, building structural design and analysis, quality control of ambient environment and infection control measures, space planning and programming. (3) Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (4) Geographical location (firms are restricted to a 100 mile radius of the VA Palo Alto Health Care System). Firms that meet the requirements described in this announcement are invited to submit required SF 330's by close of business April 23, 2013, to the following: THREE (3) hard copies shall be sent to Mr. James (Clayton) Bayne, at 3801 Miranda Ave, Palo Alto, CA 94304. ONE (1) electronic copy sent to andrea.fair@va.gov. There will be an informational meeting at the VAPAHCS, Palo Alto Division on April 10, 2012, beginning in Building 101, Room C1-100 Auditorium, from 11:00am - 12:30pm. Draft project scope will be discussed and a possible site visit will be conducted. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Andrea (Baker) Fair, via E-mail to andrea.fair@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation VA-261-13-R-0584. Interested firms shall be located within a 100 mile radius of the VAPAHCS. This solicitation is set aside for Small Businesses. NAICS Code is 541310.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26113R0584/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-13-R-0584 VA261-13-R-0584 PRE-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=657589&FileName=VA261-13-R-0584-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=657589&FileName=VA261-13-R-0584-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03010359-W 20130315/130313234205-38f72432bee93244ea010e850166330b (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.