Monday, January 05, 2009

C--A/E Services for Two (2) Outpatient Clinics, 120-Bed Nursing Home Care Unit, Livermore, CA

The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking Architect or architect/engineer (NAICS 541310) firms capable of preparing all design documentation including, but not limited to, advance/master planning and design of two (2) Ambulatory Care Clinics along with a 120-Bed Community Living Center (nursing home facility) in the East Bay and Central Valley, Northern California areas. 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, Seismic, Mechanical, Geo-technical, Communication, and Electrical Engineers; Interior Designers; an independent Commissioning Agent; and Cost Estimators with experience in the planning and design of new hospitals, large medical and significant outpatient/ambulatory care clinics, or similar complex healthcare projects.

VA proposes to construct a Ambulatory Care Clinic in the East Bay area containing about 50,000 GSF; a Ambulatory Care Clinic with approximately 108,000 GSF in the Central Valley area collocated with a 120-bed Community Living Center (NHCU) encompassing around 130,000 GSF.

Once a thorough analysis of the users and the facilitys needs has been completed, the scope and method of meeting those needs may change and require a different approach.

Seismic design will adhere to VAs 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 VAs 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.

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 LEEDS Silver equivalency.

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. Additional tasks may include site analysis and selection of potential new locations for the new facilities. Emphasis will be placed on cost and scope management capabilities and previous successful experience with construction and renovations of medical facilities, along with the firms, 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 governments estimated cost for construction.

Applicants must have an established working office within roughly 100 mile radius of East Bay and/or Central Valley areas of Northern California, be of sufficient size and experience to accomplish the work, and be licensed in the State of California.

No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the Office of Construction and Facilities Management, VA Cost Estimating and A/E Evaluation Service (00CFM1B) Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required within 30 days of the date of this advertisement.

A current SF 330 Part II, representing and differentiating among the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultants office involved.

Applicants will be rated based on the relevant experience - advance planning and design on projects of similar scale and scope - of both the firm(s) and assigned individuals, the applicants capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials, achieving waste reduction, energy efficiency, and systems integration in facility design. Award of contract is dependent upon the availability of funds. This is not a request for a proposal.

If subcontracting opportunities exist and the submitting firm is not a small business, the small business subcontracting goals will be: (a) 28.7% for Small Business (SB); (b) 5% for Small Disadvantaged Business (SDB); (c) 5% Women-Owned Small Business (WOSB); (d) 3% for Historically Underutilized Business Zone Small Business (HUB Zone); (e) 10% for Veteran-Owned Small Business (VOSB); and (f) 7% for Service-Disabled Veteran-Owned Small Business (SDVOSB). Note: The covenant against contingent fee clause is applicable to this solicitation. ***

For more information:
Points of Contact (POC): Selection Process is Robert T. Smoot, 202-461-8220; POC Scope is Ken Carrico, 707-562-8404

:
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
:
VA Palo Alto Health Care System;Livermore Division;4951 Arroyo Road;Livermore, CA
94550
US

:
Frank A ClemonsContracting Officer
202-461-8486

No comments: