DOCUMENT
C -- Construct New Replacement Maui CBOC Project 459-306 - Attachment
- Notice Date
- 5/15/2014
- 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 (NCO 21);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26114R0508
- Response Due
- 6/13/2014
- Archive Date
- 9/20/2014
- Point of Contact
- Andrea Fair
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veterans Affairs VA Pacific Islands Health Care System, Honolulu, HI (VAPIHCS) is seeking Architectural/Engineering (AE) firms to submit a Standard Form (SF) 330 for the design of project 459-306, Maui Community Based Outpatient Clinic (CBOC). The selected A/E firm shall provide Schematic Design Documents, Design Development Documents, Construction Documents, Specifications, Cost Estimates, and Construction Period Services. The A/E shall provide all necessary/required professional engineering services to include, but not limited to: investigative/evaluation/design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, analysis, and specialty services. The design shall be for a new 15,000SF CBOC on Maui with 75 parking spaces. The new CBOC should include the colocation of outpatient care (VHA), benefits (VBA), Vet Center activities, and space for Hawaii State Office of Veterans Services to provide "one-stop shopping" for Veterans. The design should include renewable energy (such as PV Panels), sustainable design features, and meet LEED Silver certification. The new CBOC shall meet Federal Seismic Criteria. Prime A/E firms shall have at least one of the following licensed/registered specialty disciplines as members of the firm or team with demonstrable expertise in their respective fields: Architectural, geotechnical, civil, structural, mechanical, electrical, plumbing (MEP), fire protection, PV Solar system renewable generation, medical equipment planning, space planning, interior design and other investigative/technical services. A total of three (3) hard copies and one (1) electronic copy 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 prime and consultant firms and proposed consultants with healthcare projects; 2.Specialized experience and technical competence; Architectural, geotechnical, civil, structural, mechanical, Electrical, Plumbing (MEP), Fire Protection, PV solar system renewable generation, healthcare building design, quality control of ambient environment and infection control measures, space planning and programming for the design of a CBOC or similar facilities 3.Capacity to accomplish the work in the required time; 4.Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; 5.Geographical location (prime firms are restricted to a 100 mile radius of one of the seven major VA medical centers/health care systems located within VISN 21) and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by close of business June 13, 2014, to the following: THREE (3) hard copies shall be sent to Mr. Steven Lyell, Facilities Engineering Management Service (138) VA Pacific Islands Health Care System at 459 Patterson Road, Honolulu HI 96819. Hand carried copies can be delivered directly to Mr. Lyell at Building E-Wing, Room 1-C115. ONE (1) electronic copy shall be sent to Ms. Andrea Fair at andrea.fair@va.gov and Ms. Linda Miller at linda.miller442c9@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Andrea 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 solicitation VA261-14-R-0508. Interested firms shall be located within 100 miles of any VISN 21 medical facility (Palo Alto, San Francisco, Martinez, Fresno, Reno, McClellan, and Hawaii). This solicitation is set aside for Small Businesses. NAICS Code is 541310. All interested firms must be registered in the System for Award Management (SAM) Database and must have current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114R0508/listing.html)
- Document(s)
- Attachment
- File Name: VA261-14-R-0508 VA261-14-R-0508_PRESOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1368202&FileName=VA261-14-R-0508-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1368202&FileName=VA261-14-R-0508-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-14-R-0508 VA261-14-R-0508_PRESOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1368202&FileName=VA261-14-R-0508-001.docx)
- Record
- SN03367072-W 20140517/140515234739-33db6d6a12ffab242855770bebff680a (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 |