SOLICITATION NOTICE
C--C -- AE Services design services for construction of new facilities, renovation work, HVAC upgrade and building demolition for Medical Facility Improvements and Cemetery Expansion, Jefferson Barracks Division, VAMC St. Louis, MO
- Notice Date
- 5/31/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
- ZIP Code
- 20420
- Solicitation Number
- 101-06-0014AE
- Response Due
- 6/29/2006
- Archive Date
- 7/29/2006
- Small Business Set-Aside
- N/A
- Description
- Architect or architect/engineer firm to provide professional services for advanced planning and design of a project at the Jefferson Barracks (JB) Campus of the VA Medical Center, St. Louis, MO. The NAICS Code for this procurement is 541310 with a Small Business Size Standard of $4.5 million. The project will include, but not limited to, design services for construction of new facilities, renovation work, HVAC upgrade and building demolition. New construction will consist of a Patient Aquatic and Therapy Facility for Rehabilitation Medicine, a Chapel, an Engineering Maintenance shop, and a consolidated warehouse. Renovation will consist of general office, clinic space, audio-visual, and administration support spaces. Remaining project scope includes providing energy efficient HVAC packaged units to 14 buildings to replace an existing boiler/chiller plant, and the demolition and site improvements of approximately 15 buildings. Space layout shall meet current VA Space Planning Criteria?s and be in compliance with the Uniform Federal Accessibility Standards (UFAS) and VA Barrier Free Design Guide (PG-18-13). Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in design. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards as well as VA standards. All new space and utilities will be designed to meet the Interagency Security Committee?s and other relevant physical security guidelines. Required services will include preparation of schematics, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost including a detailed market survey. The contract will include a government option for: design development and construction document preparation, Design-Build Request For Proposal package, construction period services and site visits. The completed project should be capable of achieving LEEDS certification. Only firms, or teams, with in-house architectural services, experienced in the design of similar facilities, will be considered. Emphasis will be placed on estimating capabilities and previous successful experience with the design of facilities in a medical campus. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. Applicants must have an established working office within a 200 mile radius of St. Louis, Missouri, be of sufficient size and experience to accomplish the work, and be licensed in the State of Missouri. No firm will be considered unless an application consisting of a completed SF-330 Parts I and II is received by the VA A/E Evaluation & Program Support Team 181A. Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420. Five (5) copies are required by 3:30 PM EDT on 6/29/2006. 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. Applicants will be rated based on the relevant specific experience of both the firm(s) and assigned individuals, the applicant?s capacity to do the work, record of past performance on VA Work, geographic consideration, the participation of minority-owned and women-owned consultants and demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small disadvantaged and women-owned business contracting goals will be: 23% SB, 5% SDB, 3% SDVOSB, 5% WOSB, 3% HUBZone, and 7% VOSB. Note: the ?covenant against contingent fee? clause is applicable to this solicitation. * * *
- Place of Performance
- Address: 1 Jefferson Barracks Drive, St. Louis, MO
- Zip Code: 63125
- Country: United States
- Zip Code: 63125
- Record
- SN01059666-W 20060602/060531220651 (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 |