DOCUMENT
C -- Repurpose Ambulatory Care Sub-Specialty Clinics - Attachment
- Notice Date
- 4/1/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;Palm Beach Gardens FL 33410-6400
- ZIP Code
- 33410-6400
- Solicitation Number
- VA24814I0677
- Response Due
- 4/17/2014
- Archive Date
- 7/16/2014
- Point of Contact
- Deborah L Murphy
- E-Mail Address
-
2-6517<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL OR REQUEST FOR QUOTE AND NO SOLICITATION DOCUMENTS ARE AVAILABLE AT THIS TIME. This is a sources sought document only. The VA Medical Center in West Palm Beach FL intends to award a contract for Architect/Engineering services for complete construction documents (working drawings, specifications, and reports), estimates and construction period services associated with the design of a renovation of approximately 19,000 square feet at the West Palm Beach Medical Center which will create an ambulatory procedure center in a centralized location of the medical center's 2nd Floor (Building 1). The location for re-design is it's adjacency to the G.I procedure area, and its close proximity to the operating rooms and intensive care units. Services will encompass all surgical and other invasive procedures that are scheduled to be performed on an outpatient basis. Specialties to be included are; general surgery, urology, ophthalmology, plastics, orthopedics, pulmonary, gastroenterology, cardiology, and pain management. A centralized patient processing and recovery area will support the efficient operations of the center. The newly designed center will also contain a pre-operative evaluation center, where the patients will receive all diagnostics needed to assess risk prior to procedure. The center will transfer the functions of the 5th floor short-stay unit, where patients are now admitted on the day of the ambulatory procedure, to the 2nd floor. Patients in the ambulatory procedure center will receive all necessary pre-operative care and final patient safety monitoring, before the movement into the procedure suites. Patients will be discharged post-procedure directly from the ambulatory procedure center, following appropriate monitoring and discharge instruction. Office spaces and support staff areas should be investigated and studied for their appropriate and efficient usage on both the 2nd and 5th floor areas. This re-engineering/re-design project is a major component of the facility's plan to meet the demand for invasive procedures and prevent development of future backlogs in these highly needed services. Access to care will be improved, as the ambulatory procedure center may allow for the addition of new services in both medical and surgical specialties. The center's design will also allow for the facility to better meet the intent of JCAHO's patient safety goals by improving the accuracy of patient identification, providing for wrong site/patient/procedure surgeries, and reducing the risk of health care-acquired infections. Work will be completed, excluding construction period services, within 365 days after receipt of the Notice to Proceed. The NAICS code associated with this project is 541310, and the Small Business size standard is $7.0 M in annual gross revenues averaged over the past three years. This acquisition will be a 100% Service-Disabled-Veteran-Owned Small Business (SDVOSB) set-aside and in accordance with VAAR 805.207, this competition is limited to those individual firms and joint ventures whose offices are located within the State of Florida. All offerors must have their own DUNS number and have sufficient staff at that location to perform the work, be registered in the System for Award Management (SAM) website located at http://www.sam.gov and registered as a certified Service Disabled Veteran Owned Small Business at the website, http://www.vetbiz.gov. A copy of the offeror's CVE certification letter must be included in the package. Submissions that do not meet these criteria will be determined non-responsive and ineligible for evaluation and/or award. Interested firms shall submit electronic copies of their qualifications and past performance data on Standard Form SF 330 (available at www.gsa.gov/forms) via email to deborah.murphy3@va.gov and provide one (1) hard copy to Deborah Murphy/VAMC West Palm Beach/7350 N. Military Trail/Contracting Building 12/West Palm Beach, FL 33410. The outer envelope must clearly identify the RFI Number VA248-14-I-0677 and the project name - Repurpose Ambulatory Care Sub Specialty Clinics. Hand delivered information packages will be accepted in addition to those sent by US Mail or by independent deliver service. Phone inquiries and faxes will not be accepted. In addition to the SF 330's offerors must include a cover sheet containing the following information: Company name, address and phone number; name and email of primary point of contact; number of completed VA projects; socio-economic status of and DUNS number for Contractor and all proposed consultants; tax ID number. The submission must also include a copy of the firm's CVE certification letter. All documents submitted must be printed double-sided as per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standard specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government." Those firms desiring consideration should submit their SF 330 (electronic and hard copy) to be received no later than noon, Thursday, April 17, 2014. Questions concerning this solicitation should be e-mailed to the Contracting Officer at deborah.murphy3@va.gov. Phone inquiries will not be answered. Questions must be received no later than noon, Thursday, April 3, 2014. Questions received after that time will not be answered. Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836-602-1. Firms will be evaluated based upon: 1.Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. 2.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and environmental (LEED) Design and the use of recovered/recycled materials. 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services). Identify any unusually large existing workload that may limit the firm's capacity to perform project work expeditiously. 4. Past performance on contracts within the last three years with the Government agencies and other Department of Veterans Affairs Medical Centers, and private industry, in terms of cost control, quality of work and compliance with performance schedules. Please provide both an e-mail address and phone number for a point of contact for all projects listed in this section of the SF330. 5.Location in the general geographical area of the project and knowledge of the locality of the project. 6.Inclusion of small business consultant(s) and/or minority-owned consultant(s) and/or women-owned consultant(s) and/or veteran owned consultant(s) and/or disadvantage veteran owned consultant(s) and/or HUB Zone consultant(s). Firms will be evaluated by a selected VA board whose evaluations will include, but are not limited to a subject assessment of the criteria above. A minimum of three of the most qualified firms will be invited to interview with the selection board and will again be evaluated by the VA board. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Point of contact for this acquisition is Deborah Murphy, Contracting Officer, e-mail: deborah.murphy3@va.gov. Any questions must be submitted via e-mail. Phone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24814I0677/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-I-0677 VA248-14-I-0677.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1284099&FileName=VA248-14-I-0677-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1284099&FileName=VA248-14-I-0677-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-I-0677 VA248-14-I-0677.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1284099&FileName=VA248-14-I-0677-000.docx)
- Record
- SN03326091-W 20140403/140401235149-15db482581923f39e352d1dc1afd66b1 (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 |