DOCUMENT
C -- AE New Inpatient Mental Health Building Project 550-317 - Attachment
- Notice Date
- 2/23/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25116R0176
- Response Due
- 3/9/2016
- Archive Date
- 6/16/2016
- Point of Contact
- Aaron Lacy, Contracting Officer
- Small Business Set-Aside
- N/A
- Description
- Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Richard L Roudebush VA Medical Center (RLR VAMC), Indianapolis, IN, is conducting a market survey for qualified (1) Service-Disabled Veteran Owned Small Businesses (SDVOSB): (2) Veteran Owned Small Businesses (VOSB); (3) 8(a) contractors, (4) HUBZone Small Businesses, (5) Women Owned Small Businesses (WOSB), (6) Small Business, etc, capable of providing the required services outlined below for the VA Medical Center located in Indianapolis, IN. Applicable NAICS code is 541310 size standard $7.5 million. Responses to this notice must be submitted in writing (email preferred) and received no later than March 9, 2016. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website http://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. Scope of project: The Architect / Engineer shall provide all investigative, design, and construction period services for the construction of a state of the art 22 bed Inpatient Mental Health Building. Building being designed shall meet all applicable codes, VA standards, VA Design Manuals, and VA Design Guides. Building shall be in the range of 16,750-19,000 square feet. Building shall feature twenty-two (22) private patient rooms with the following features: Window to exterior, Private patient bathrooms, Fully compliant with all anti-ligature regulations, Sound deadening surfaces/wall & ceiling insulation, and Fall impact reducing flooring underlayment. The Building shall feature one or more interior courtyards featuring the following: Natural green space, Recreational space, Controlled ingress/egress, Meet all anti-ligature and patient safety requirements and Monitored remotely through CCTV system tied to VA security system. Nurses station shall feature the following characteristics: Line of site view to all patient rooms, Secured access from patient areas, Workspace for clinical staff, and Medication room accessible through nurses station. Administrative space shall include the following spaces: Office space for administrative support staff to support the operations of this building, Secure controlled access from patient areas, Reception area near main entrance, Waiting space for patient visitors, Meeting space for staff, Storage space for administrative supplies, storage space for patient personal items, storage space for Oxygen, storage space for clean and soiled utilities, and meal distribution space. Clinical space shall include the following spaces: meeting space for clinical meetings with patients/families, Exam/Triage room, Dining area, Medication room, Day rooms, Visiting space for patients/families. Mechanical spaces shall include the following features: Accessible at ground level, Located on exterior wall, Contain overhead garage door, minimum 9'x10' for ease of maintenance/replacement of equipment, Sound deadened from remainder of building, Exterior self-contained emergency power generator, Roof to include parapet wall of acceptable height to alleviate OSHA requirement for fall protection. All lighting shall be LED. Security, access control, and surveillance to be tied into existing VA security system. Building Management System to be tied into existing VA Building Management System. All plumbing shall comply with VHA Directive 1061. HVAC system to be constant volume type Anticipated time for completion of design is approximately 272 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code is 541330, small business size standard of $15M in average annual receipts for the preceding three years. Interested firms must be registered in SAM.gov and qualified as a small business under this NAICS code. Qualified service disabled veteran owned businesses are encouraged to respond and register in the VetBiz registry. The response to this notice shall be in summary format and shall not exceed two (2) pages and include the following: Company name, DUNS number, social economic category (small business, SDVOSB, 8(a), etc), address, point of contact, telephone number and email address, sample information on same or similar type projects completed. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 3:00 PM EST on March 9, 2016 via email to the Contracting Officer at aaron.lacy@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 550-317, Construct New Inpatient Metal Health Building AE Design" IN THE SUBJECT LINE or cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the FBO website at http://www.fbo.gov. The FBO website is the only official site to obtain these documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25116R0176/listing.html)
- Document(s)
- Attachment
- File Name: VA251-16-R-0176 VA251-16-R-0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2574275&FileName=VA251-16-R-0176-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2574275&FileName=VA251-16-R-0176-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-16-R-0176 VA251-16-R-0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2574275&FileName=VA251-16-R-0176-000.docx)
- Place of Performance
- Address: VA Illiana Health Care System;1900 East Main Street;Danville, IL
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN04028364-W 20160225/160223235422-003bbe69fb6001c638f8c9a94d19bae9 (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 |