DOCUMENT
C -- A-E Services, Outpatient Clinic, Lexington, KY - Attachment
- Notice Date
- 1/11/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction;and Facilities Management (003C4);425 I St., NW;Washington, DC 20001
- ZIP Code
- 20001
- Solicitation Number
- VA10111RP0151
- Response Due
- 1/20/2012
- Archive Date
- 4/24/2012
- Point of Contact
- Noella Bond
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs (VA), Office of Construction & Facilities Management is looking for Architect or architect/engineer (NAICS 541310) firms that are SDVOSB, VOSB, and/or WOSB. Additionally, the VA is looking for Architect-Engineer firms that are SBA certified in the following programs: 8(a), HUBZone, SDB and WOSB. Prime contractor should have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architects; Medical Planners; Structural, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; an independent Commissioning Agent; and Cost Estimators with experience in the planning and design of hospitals, large medical and research facilities, primary care, specialty care, mental health and dementia, or similar complex healthcare projects, both new construction and renovation. The small business prime must be capable of self performing atleast 51 percent of the work. The firm must be capable of preparing all design documentation including, but not limited to, advance/master planning and design of a clinical consolidation and realignment in the Lexington, KY area. Probable Scope: The new construction component of this project could include a new outpatient clinic and other support space containing around 644,000 GSF with roughly the following bed compliment: Community Living Center (60 beds); Psychosocial Residential Rehabilitation Treatment Program (30 beds); along with consolidation of Primary Care, Specialty Care, Mental Health, Diagnostic Services, Dental Clinic, Hospital Administration, Lobby, and Central Energy Plant. In order to meet the Medical Center's initial assessment of parking needs, two (2) garages will be integral to this project. Each of the garages will be new 900-space (approximately) multi-level parking structures, constructed adjacent to the new facility being designed. Further, surface parking lots with a capacity of 700 spaces (approximately) will be required as part of this project. Approximately nine (9) existing buildings totaling about 48,000 GSF will be demolished to provide usable ground on the southeast portion of the campus for the new building and parking structures. Once a thorough analysis of the Medical Center's needs has been completed, the scope and method of meeting those needs may change and require a different approach. 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 VA Program Guide 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. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. The completed project should be capable of achieving LEED Silver and/or GBI Green Globes certification. 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, with additional experience with vertical expansion/integration along with phasing of on-going operations will be considered. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firm's, or teams', 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. 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 100 mile radius of Lexington, Kentucky, be of sufficient size and experience to accomplish the work, and be licensed in the State of Kentucky. At this time, no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION. Contractors and Vendors having the skills and capabilities necessary to perform the stated requirements and can answer YES to all of the above; please forward an email (ONLY) by January 20, 2012 to noella.bond@va.gov with the following information: 1. Name and address of your firm. 2. Name, phone number, and email address of a point of contact. 3. DUNS number. 4. Business size determination and qualifying Small Business status, 5. Certification of small business status. Submit a capability statement that exhibits clear and convincing evidence of your firm's capabilities and experience to perform the requirements. The capability statement is not to exceed 5 pages. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. DO NOT REQUEST A SOLICITATION PACKAGE. THE GOVERNMENT IS ONLY SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES IN ACCORDANCE WITH FEDERAL ACQUISTION REGULATION (FAR) PART 10. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS FOR THIS PROJECT. LOOK FOR ANY FURTHER INFORMATION IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0151/listing.html)
- Document(s)
- Attachment
- File Name: VA-101-11-RP-0151 VA-101-11-RP-0151 MOD.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287177&FileName=VA-101-11-RP-0151-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287177&FileName=VA-101-11-RP-0151-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-101-11-RP-0151 VA-101-11-RP-0151 MOD.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287177&FileName=VA-101-11-RP-0151-001.docx)
- Place of Performance
- Address: 2250 Leestown Road;Lexington, KY
- Zip Code: 40511
- Zip Code: 40511
- Record
- SN02653047-W 20120113/120111235303-037af83e5c28fc4ee96b37ec30ada54e (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 |