C1DA--PROJCET 640-23-102 | Microbiology Lab Renovation Design

From: Federal Government(Federal)
36C26122R0089

Basic Details

started - 23 Nov, 2022 (17 months ago)

Start Date

23 Nov, 2022 (17 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
36C26122R0089

Identifier

36C26122R0089
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Project Title: Microbiology Lab Project Number: 640-23-102 Project Location: Palo Alto CA, 94304 SF330 Due Date: Not later than December 22nd 2022 The Department of The VA Palo Alto Health Care System (VAPAHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 640-23-102, Microbiology Lab Renovation. This is a 100% Service Disable veteran Owned Small Business set-aside. This design effort shall primarily consist of preparing complete construction documents to provide comprehensive, all necessary design and construction documents to renovate and reconfiguration of the Microbiology Bio Safety Level-2 Lab, as further described under the Scope of Work. All VA design criteria can be accessed on the web at http://www.cfm.va.gov/TIL/ 1. This project is not a full redesign of the Microbiology Lab. Current, lab configuration consists of nine rooms that are
operating with four fume hoods. The VA Palo Alto Health Care System (VAPAHCS) would like to arrange the Microbiology lab space to have a new configuration and replace existing fume hoods. The current fume hoods are filtered through the High Efficiency Particulate Air (HEPA) process and re-circulating in the plenum with no exhaust to the outside. VAPAHCS requests a design-bid-build project to replace the existing four fume hoods with new Labconco brand, Type C1 or equivalent fume hoods. New fume hoods will require direct exhaust ductwork connections. 2. All wall mounted, tall and suspended cabinets will stay in place and be reused. Existing fixed casework lab workbenches and sinks will be removed, and a custom design and configurations is required. The lab casework will be reconfigured so that it runs perpendicular to its current configuration, and the two fume hoods currently in the center of the space will be moved to the wall next to the walk-in refrigerator. The two incubators will be moved to the opposite wall from their current location, which will require the hardwired CO2 gas line to be relocated also. The sinks will remain in their current location. 3. The space will be designed to meet all the latest Veterans Affairs (VA) design guidelines and associated codes related to Bio Safety Level 2 labs. 4. The hospital cannot afford to shut down the Microbiology lab during construction. Swing space has been designated on campus and will be utilized during the construction period. AE firm shall design the Swing Space construction documents (Test Fit s Requirements) per the VAPAHCS design and construction guidelines. The A/E team shall comprise of, but is not limited to, the following professional disciplines: civil, geotechnical, structural, architectural, medical planning, mechanical/HVAC/ plumbing, Electrical, Fire Mission Critical, Security, IT/data (telecommunications), and construction cost estimating. The A/E team shall also include architectural personnel with qualified hospital, and hospital infrastructure systems design experience. The AE shall be comprised of a qualified principal design firm managing a group of licensed professionals to competently design this project to meet or exceed the project s objectives and requirements. The AE team shall be comprised of, but not be limited to, the following licensed professional disciplines: architectural, interior designer, civil, structural, mechanical, electrical, plumbing, controls engineers, waterproofing consultant, medical gases design specialist, telecommunication, fire protection and fire alarm engineers, low voltage and security design consultants and fire life safety design consultant. Construction cost estimating shall be performed by an independent (third) party. 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 5:00 P.M. Pacific Standard Time (PDT) Thursday, December 22nd, 2022 to the following: THREE (3) hard copies shall be sent to Mr. Khurrum Hayat at VA Palo Alto Health Care System, 3801 Miranda Ave, Palo Alto, CA 94304. Hand carried copies can be delivered directly to Mr. Hayat at the same address. ONE (1) electronic copy shall be sent to Mr. Rick Grant at ricky.grant@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Specialist; Rick Grant, via E-mail to ricky.grant@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this special notice to solicitation 36C26122R0089. 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 PROJCET 640-23-102 | Microbiology Lab Renovation Design concern. *Please do not respond unless your company can meet this limitation*

MATHER, CA, 95655, USALocation

Place Of Performance : MATHER, CA, 95655, USA

Country : United StatesState : California

Classification

NAICS CodeCode 541330
Classification CodeCode C1DA