SOLICITATION NOTICE
C -- 5 EAST RENOVATION
- Notice Date
- 7/27/2009
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs, Wilmington VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
- ZIP Code
- 19805
- Solicitation Number
- VA-244-09-RP-0369
- Response Due
- 9/14/2009
- Archive Date
- 11/13/2009
- Point of Contact
- Michael F WhiteContract Specialist<br />
- E-Mail Address
-
Contract Specialist
(Michael.White9@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- The Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington, DE 19805 is seeking an Architect/Engineering Firm capable of providing professional services to prepare documents for Project 460-09-010, 5 EAST RENOVATION as required at this Medical Center. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Business and is restricted to firms that can arrive at the Wilmington Veteran Affairs Medical Center (WVAMC) within two (2) hours after a site visit is requested. The North American Industry Classification System (NAICS) code is 541310. The U.S. Small Business Administration size standard is $4,500,000.00. The project magnitude is between $250,000.00 and $500,000.00. The following Evaluation Criteria will be used during the A/E Selection Process: (1) Specialized experience of the firm with similar contracts. (2) Past performance on similar contracts and with Government Agencies, and familiarity with applicable codes and ability to incorporate in design documents the requirements of JCHO, OSHA, NFPA, and other such regulatory organizations. (3) Capacoity of the firm to perform the work within required time frames and budget. (4) Specific experience and qualifications of he proposed personnel assigned to the Project Design and Management Teams. (5) Record of significant claims against the firm because of improper or incomplete engineering services. (6) Geographic location and facility of the working office which would provide the professional services and familiarity with the area in which the project work is located. All work shall comply with current VA Master Specifications and Standard Details. Work will be in accordance with provided scope of work. Firms must be registered with the Central Contractors Registry http://www.ccr.gov/, and the Veterans Business Registry http://www.vip.vetbiz.gov/ All perspective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE Code). GENERAL: This project involves all design work and phasing to renovate the East wing of the 5th floor of the Wilmington VAMC Hospital. The wing consists of approximately 9700 gross square feet. The corridor is approximately1930 net sq. ft. and the patient rooms, offices and procedure rooms are approximately net 5067 sq.ft.. Part of that is approximately 1000 net sq. ft. of area in the central core which may be included. The remaining space is closets, stairwell, etc. The Design Development phase shall include meetings with VA staff as necessary to fully develop plans and incorporate staffs requirements. NE is to provide meeting minutes for all meetings associated with this project including meetings with VA staff during the Design Development phase. SPECIFICS: The East wing of the 5th floor presently houses post operative beds for ambulatory surgery, a dialysis unit, and provider and community health offices. The renovation of 5 East will allow Wilmington VAMC to create a state of the art area for the Dialysis Unit. The current space is ill designed and does not allow for proper flow and efficient delivery of care. Wilmington VAMC will also move one of the specialty clinics, most likely urology, from an area of the Hospital that was at one time an inpatient unit. That will allow maximizing the available space and provide patients aesthetically pleasing, state of the art specialty services and procedure rooms. The A/E is to plan all phasing in coordination with the Hospital staff necessary to move the remaining functions to accommodate the construction work. Some services may occupy the wing during construction. The primary service which will occupy the renovated space is Dialysis. Other services which currently occupy the wing and will need to be accommodated after Urology and Dialysis on a space available basis. ADesign shall include, but not be limited to: - Limitation of one air handler for service to 5 East tied into existing chilled water loop - Interior design including new, high efficiency light fixtures is included and is to be coordinated with the Hospital EMS department - Nurse call system to match facility standards - Panic Alarm system to match facility standards - Air, Oxygen, and Vacuum system to match facility standards - Integration with existing fire alarm system - Integration with existing temperature monitoring system where appropriate - All architectural, electrical and mechanical changes and work required by the renovation is included - All finishes for an improved and appealing clinical space are included - Interior signage is to be included and is to be coordinated with the VA Medical Media Service BEvaluation of space and design for new Dialysis Clinic shall include, but not be limited to: - Possibility of increasing the number of dialysis bays - Structural Analysis as needed for dialysis specialty equipment - Design shall avoid institutional feel for warm and hospitable atmosphere while maintaining - Necessary infection control requirements - Design mechanical and electrical preparation for Dialysis equipment CEvaluation of space and design for new Urology Clinic shall include, but not be limited to: - Urology procedure rooms number to be determined during project design - Waiting rooms - Exam rooms > - Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these as required to correct deficient items. Evaluate all doors and hardware throughout the project for compliance with life safety code NFPA 101. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. > - Construction Waste Management, Specification 01730 is to be included. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.va.qov/facmqt/standard. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications. Award of a contract is contingent upon the availability of funds. This is NOT a request for proposals. Interested firms meeting the criteria above, shall mail TEN copies of SF 330 to WILMINGTON VETARAN AFFAIRS MEDICAL CENTER, ATTN: MIKE WHITE, ANNEX BUILDING, 1601 KIRKWOOD HIGHWAY, WILMINGTON, DE 19805. Or hand carry to WILMINGTON VETARAN AFFAIRS MEDICAL CENTER, CONTRACTING, 20 MONTCHANIN ROAD, GREENVILLE, DE, 19807. Packages shall be submitted by 4:00 PM Eastern Standard Time on September 14, 2009. E-mail and fax SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Mike White at Michael.white9@va.gov. SF 300 can be downloaded from GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. NOTE: THIS ANOUNCEMENT REPLACES RFP VA-244-09-RP-0369
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA-244-09-RP-0369/listing.html)
- Record
- SN01888372-W 20090729/090727235438-7853d2f7b4fd148171affa1b94994fd6 (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 |