Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
DOCUMENT

C -- VAMC San Francisco A/E Services Sought - Attachment

Notice Date
1/21/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RQ0061
 
Response Due
2/4/2011
 
Archive Date
3/6/2011
 
Point of Contact
Reginald L. Berry
 
E-Mail Address
o,
 
Small Business Set-Aside
N/A
 
Description
Advertisement for A/E Services San Francisco, CA - Buildings 1, 6 and 8 Seismic Retrofit / Building 12 Replacement Construction POC Selection Process: Katherine Volpe, Contracting Officer, 707-562-8399; POC Scope: Warren Yip, Project Manager, 707-562-8423. The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking interested firms that are classified under one or more of the following small business programs: (1) Section 8(a), (2) HUB Zone, (3) Small Disadvantaged Business (SDB), (4) Woman-Owned Small Business (WOSB), (5) Service-Disabled Veterans-Owned Small Business (SDVOSB), and/or (6) Veteran-Owned Small Business (VOSB). The interested firms shall be architects or architect/engineer firms with experience in the planning and design of renovating hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects and capable of preparing all design and construction documentation including, but not limited to, advance/master planning, site development, utility infrastructure design, local utility approval, architecture, medical planning, civil engineering, structural engineering including seismic design, mechanical engineering, historic preservation, environmental protection, communication and data engineering, electrical engineering, interior design, landscape design, commissioning, construction cost estimating and market research, parking and traffic studies, and geotechnical investigation and surveying. The applicable North American Industrial Classification System (NAICS) is 541310. Scope: This project proposes to demolish Building 12 and construct a new, state-of-the-art medical facility at an expanded size of 75,000 gross square feet (GSF) at the San Francisco VA Medical Center (SFVAMC). The project also proposes to seismically retrofit Buildings 1, 6 and 8 to correct potentially hazardous facility, seismic, life safety and infrastructure deficiencies. As part of this project, research program space will be transferred from Buildings 1 and 6 to the new, replacement Building 12. Building 1 will be renovated to house clinical office space in order to allow decompression of Building 203, the main hospital, and Building 200, the main ambulatory care support building. Building 6 will retain administrative services, while Building 8 will retain ambulatory mental health and research functions. Finally, 250 additional parking spaces will be provided to reduce the current 750-space deficiency at SFVAMC. Seismic design will adhere to VA's manual for Seismic Design Requirements (H-18-8). Space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency. Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, along with water and energy efficiencies in design; and, in addition, the project will comply with the VA Sustainable Design and Energy Reduction Manual. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems will meet current codes and standards. All structures and utilities will be designed to meet VA's criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. The space will be in compliance with the Uniform Federal Accessibility Standards (UFAS) and PG-18-13 in all areas. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. At this time it is anticipated that the seismic retrofits of Buildings 1, 6, 8 and the Building 12 Replacement design will follow the design-bid-build delivery method and Site Utility design will follow the design-build delivery method. Once a thorough analysis of the user's and the facility's needs has been completed, the scope and method of meeting those needs may change and require a different design delivery method. The contract may include options for: design development documents, construction documents, construction period services, site visits, and other professional services. The completed project will be required to be LEED Silver certified. Renewable energy systems will be required as part of this project. Only firms, or teams, with in-house architectural services, recent experience in the design of contemporary, state-of-the-art medical facilities similar to that proposed will be considered. Additional tasks may include site analysis and campus master plan. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the proposed Quality Assurance/Quality Control procedures. In addition, the firms or teams must demonstrate their ability to effectively utilize IFC version 2x-3 (or later) compliant parametric Building Information Modeling (BIM) system in developing this project from its initial conception through completion of documentation. The team shall have the experience, ability, and data management skills to execute an integrated design approach using BIM technology. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. In addition to design capabilities, estimating capabilities of the applicants will be considered. An estimate of construction cost based on level of design detail will be required at each design phase. The selected team shall design to the government's estimated cost for construction. Applicants must have an established working office within 50 miles of San Francisco, California and be of sufficient size and experience to accomplish the work, and be licensed in the State of California. Preference will be given to firms with working offices capable of performing all design work within 50 miles of the San Francisco VA Medical Center, 4150 Clement Street, San Francisco, California 94121. Office site visits to verify location and capacity may be performed. All interested firms responses should include the following information: 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone number and e-mail address, 5. Business size determination and qualifying Small Business status, 6. Certification of Small business Status, 7. Provide three to five examples of design experience with projects of similar size and complexity with the prime contractor performing the role of Architect of Record. Please limit responses to ten pages. Responses are required by 1:00 p.m. (PDT) on 4 February 2011 by email to: katherine.volpe@va.gov. For questions regarding scope, please call Warren Yip on 707-562-8423. For questions regarding contracting or the selection process, please call Katherine Volpe on 707-562-8399. Note: The subcontracting goals are subject to change. Note: The "covenant against contingent fee" clause is applicable to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RQ0061/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RQ-0061 VA-101-11-RQ-0061.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=172491&FileName=VA-101-11-RQ-0061-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=172491&FileName=VA-101-11-RQ-0061-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: San Francisco VA Medical Center;4150 Clement Street;San Francisco, CA 94121
Zip Code: 94121
 
Record
SN02363990-W 20110123/110121233719-cf1f892995aa8db8d69eb2048c82b44f (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.