DOCUMENT
C -- A/E Services New Parking Structure Reno - Attachment
- Notice Date
- 1/8/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
- ZIP Code
- 89502-2597
- Solicitation Number
- VA26116R0001
- Response Due
- 2/1/2016
- Archive Date
- 3/2/2016
- Point of Contact
- Charee Harris
- E-Mail Address
-
Design New Parking Structure
(charee.harris@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs VA Sierra Nevada Health Care System, Reno, Nevada (VASNHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 654-250, Replace Original Parking Garage. A/E firm will provide professional architectural and engineering services, this design effort shall include: (1) concept development, (2) design development and preparing complete construction documents for the construction of an estimated 320 stall, three level parking garage at the VA Sierra Nevada Health Care System (VASNHCS). In addition to providing parking stalls, the garage shall also provide storage space for the facility's emergency preparedness supplies. Scope also includes construction support services such as submittal reviews, RFI reviews and responses and, project site visits. This design effort shall include complete architectural, structural, mechanical, plumbing, electrical, life safety, vertical transport and telecom drawings and specifications for the clinics and for the necessary utility and facility support functions. The design shall also substantially meet the VA design criteria as listed in VA design guides and manuals which can be found on the web at the VA Office of Facilities Management technical information library - site address; http://www.cfm.va.gov/TIL The design effort shall also include review of and assure compliance with the National Environmental Policy Act, including development and submission of all documents, reports and activities necessary to obtain the required compliance. Currently the facility envisions the garage to be located on facility property east of Kirman Avenue and east of the existing facility boiler plant (Building 8) along the southern limits of the facility property line. However, the facility is open to consideration of alternate locations if such alternate locations allow for improved constructability and efficiency of parking layout. The A/E team shall comprise of, but is not limited to, the following professional disciplines: civil, geotechnical, structural, architectural, interior design, medical planning, mechanical/HVAC/ plumbing, Electrical, Fire - Mission Critical, Sustainability (LEED Silver Certification), Security, IT/data (telecommunications), construction cost estimating, signage/way-finding, and landscaping. The A/E team shall also include architectural personnel with qualified hospital, and hospital infrastructure systems design experience. 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 firm, consultant firms and proposed designers. Prime firm must have proven experience in health care design through construction administration. 2.Specialized Experience and Technical Competence in hospital design with the ability to design and administer projects within a complex, active healthcare environment with stringent seismic requirements in the State of California. 3.Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. 4.Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases (prime firm). 5.Geographical location and knowledge of the locality of the project. This requirement considers the prime firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements within the Palo Alto area. Prime firm must be able to respond to and be on-site within a four-hour window. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by 3:00 P.M. Pacific Standard Time (PST) Monday, February 1, 2016, to the following: THREE (3) hard copies shall be sent to Mr. Philip Feiler at VA Sierra Nevada Health Care System, Office of Facility Maintenance Services, 975 Kirman Avenue, Reno, NV 89502. Hand carried copies can be delivered directly to Mr. Feiler at Building 138. ONE (1) electronic copy shall be sent to Mrs. Charee Harris at charee.harris@va.gov. There will be an informational meeting at the VA Reno Facility on Tuesday, January 19, 2016 from 10:00 am - 11:00 am, at the VA Reno Hospital, Bldg. 1, Tahoe Room, on the 5th floor of the hospital. Project scope and site will be discussed. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Charee Harris, via E-mail to charee.harris@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation VA261-16-R-0001. NOTE: "IAW FAR Clause 52-219-14(c)(1) At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.*Please do not respond unless your company can meet this limitations*"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26116R0001/listing.html)
- Document(s)
- Attachment
- File Name: VA261-16-R-0001 VA261-16-R-0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2498444&FileName=VA261-16-R-0001-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2498444&FileName=VA261-16-R-0001-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-16-R-0001 VA261-16-R-0001_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2498444&FileName=VA261-16-R-0001-001.docx)
- Place of Performance
- Address: 975 Kirman Avenue;Reno, Nevada
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN03986821-W 20160110/160109132750-eed66baabe506357b09daea43abaa7e4 (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 |