DOCUMENT
C -- 623-14-1-5228-0001 A/E Services for Inpatient medicine/Sugery Units. VA256-14-AP-1177 - Attachment
- Notice Date
- 11/23/2013
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
- ZIP Code
- 73104-5007
- Solicitation Number
- VA25614R0180
- Archive Date
- 2/21/2014
- Point of Contact
- Amanda Riggs
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Jack C Montgomery VA Medical Center, Muskogee, OK, is seeking Architect-Engineering (AE) Firm to do Renovation services for Inpatient medicine / Surgery Units at the Jack C Montgomery VA Medical Center, 1011 Honor Heights Drive, Muskogee, OK 74401. Project 623-14-101 Renovate Inpatient Medicine/Surgery Units Request A/E firm provide all required labor, material, equipment, and site investigations to develop construction documents to include contract drawings and specifications for the development of contract documents. Work includes construction period services and site visits. Renovation includes entire 4th Floor of Building 53 at Jack C. Montgomery VA Medical Center with ~30,000 sq. feet of inpatient medical, surgical, and hospice bed space and supporting areas. Design emphasis is on patient centered care, patient privacy, and work flow. Renovation considerations shall include but are not limited to the following: a.Design intent is for each patient room to be a private room, including bathroom. Additional rooms may be constructed or existing rooms and facilities modified or relocated for patient privacy. b.Coordinate with VA to provide the optimal layout given the desired functions to be performed in the renovated area. Nurse Station core areas shall be renovated and functions relocated to optimize Nurse/patient interaction. c.Work flow with respect to existing technologies and existing systems shall be evaluated for supporting services to include Pharmacy, Nutrition & Food, Surgery, Emergency Room, Environmental Management, and administrative services. Recommendations to improve work flow for these services that extend beyond the renovated area shall be evaluated for feasibility with a rough order of magnitude cost estimate provided at schematic design submission. d.Upgrade existing HVAC systems serving area from pneumatic to DDC and integrate to existing Niagara AX enterprise controls server. Evaluate ductwork and capacity to support new room layouts. Replace linear diffusers with 2'x2' diffusers in renovated ceilings. Ensure proper room pressure relationships and upgrade room pressure monitoring devices as applicable to room function. Supply air handler should have adequate capacity for existing loads. Exhaust fan evaluations may include evaluation of duct systems extending into areas outside of the renovated area. Ice machines with domestic water condensers shall be replaced or upgraded to reject heat by other means. Commission and test & balance all HVAC systems in renovated area. A/E shall develop all demolition, architectural, structural, mechanical, electrical, and fire protection drawings and specifications for these disciplines and provide a detailed construction cost estimate and phasing plan. A/E firm shall comply with NFPA, NEC and Life Safety Codes, VA Design Criteria, construction standards and other required documents for the development of construction documents. 1. Contract Drawings, Specifications, and Engineering calculations shall supply a complete design to the satisfaction of the VA. 2. The A/E shall provide a detailed construction cost estimate based on the contract drawings and specifications. The project will be designed to stay within the allocated construction budget. 3. A Pre-Proposal Meeting shall be scheduled with the Contracting Officer and Engineering Representative prior to preparation of your proposal. At this meeting, the Statement of Work will be reviewed as well as the existing conditions of the sites proposed for the new work. The A/E will have the opportunity to review As-Built Drawings provided by the VA and may obtain copies of any materials as necessary to prepare the proposal. This requirement is SDVOSB. The North American Industry Classification System (NAICS) Code is 541310, and the Small Business Size Standard is $7.0 Million. The construction magnitude cost range for this project is $5,000,000.00- $10,000,000.00 To be considered for award, an A-E firm must be registered and certified in the Vet Biz database as a Service Disable Veteran Owned Small Business (SDVOSB). A-E firms can obtain Vet Biz registration information and annual confirmation requirements by visiting the Vet Biz web site at http://www.vetbiz.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an Marketing Partner Identification Number (MPIN). The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically to Amanda.riggs@va.gov no later than 10:00 A.M (CST) on December 12th, 2013. The A/E selection criteria shall include your qualifications and past performance data on a design of an Inpatient Medicine and Surgery Units of a Government agency or private industry Clinic. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence of an Inpatient Medicine and Surgery Units design; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry on Surgery Units and design of a Government agency or Clinic ; (5) Location of the general geographic area of the project and knowledge of the locality of the project THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This requirement is subject to Availability of Funds. Point of contact is Amanda Riggs, Chief of Engineering, PH: 918-577-3768. Contracting Officer Address: Department of Veterans VISN 16, 1011 Honor Heights Drive, Muskogee, OK 74401 The completed SF 330 will be evaluated by the VA Medical Center Engineer Evaluation Board. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. PLEASE NO PHONE CALLS WILL BE TAKEN ON THIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25614R0180/listing.html)
- Document(s)
- Attachment
- File Name: VA256-14-R-0180 VA256-14-R-0180 - AE RENOVATE INPATIENT MEDICINE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1101955&FileName=VA256-14-R-0180-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1101955&FileName=VA256-14-R-0180-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-14-R-0180 VA256-14-R-0180 - AE RENOVATE INPATIENT MEDICINE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1101955&FileName=VA256-14-R-0180-000.docx)
- Record
- SN03240305-W 20131125/131123233026-635ecb0192c165ebc93a101b4581cb5f (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 |