New Mexico Bids > Bid Detail

C1DZ--SDVOSB Set-Aside, Seismic Upgrade Design Services for the Raymond G. Murphy Medical Center in Albuquerque, New Mexico

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159452411691841
Posted Date: Apr 20, 2023
Due Date: Apr 28, 2023
Solicitation No: 36C10F23Q0058
Source: https://sam.gov/opp/b4a0a38d2d...
Follow
C1DZ--SDVOSB Set-Aside, Seismic Upgrade Design Services for the Raymond G. Murphy Medical Center in Albuquerque, New Mexico
Active
Contract Opportunity
Notice ID
36C10F23Q0058
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 19, 2023 03:59 pm PDT
  • Original Response Date: Apr 28, 2023 03:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Department of Veterans Affairs New Mexico VA Healthcare System Albuquerque, New Mexico 87108 , 87108
    USA
Description

Sources Sought
36C10F23Q0058

THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for an Architect/Engineer firm (NAICS 541310) in the following small business categories: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) 8(a); (4) Historically Underutilized Business Zone (HubZone); (5) Women Owned Small Business (WOSB) and/or (6) Small Disadvantaged Businesses, capable of providing design work for seismic upgrades and ancillary renovations to eight (8) historical buildings for the Department of Veterans Affairs, New Mexico VA Healthcare System (NMVAHCS), Raymond G. Murphy Medical Center, located at 1501 San Pedro Drive SE, Albuquerque, NM 87108. This may include the development and evaluation of alternatives, design, and support during construction.

Seismically Mitigate Psychiatry Building 1 (Project No. 501-910)
Seismically Mitigate Building 2 (Project No. 501-940)
Seismically Mitigate Psychiatry Building 3 (Project No. 501-939)
Seismically Mitigate Building 4 (Project No. 501-941)
Seismically Mitigate Research Building 10 (Project No. 501-942)
Seismically Mitigate Research-Rehabilitation Building 11 (Project No. 501-943)
Seismically Mitigate Medical Informatics Building 12 (Project No. 501-944)
Seismically Mitigate Non-Institutional Care Building 15 (Project No. 501-945)

The initial scope of work for the Albuquerque project is to conduct an assessment of the magnitude of work needed to correct seismic deficiencies in relationship to the identified building deficiencies (non-seismic repairs) to determine the advantages of completing the non- seismic repairs as part of the overall scope of work needed. Given the magnitude and invasiveness of the seismic repairs needed, recommendations should be made as to when it would be cost effective to include the non-seismic repair as part of the scope of work. The assessment to include non-seismic work should take into consideration factors such costs to include swing space requirements, establishing separate contracts, etc. and patient quality of care/service. All repairs, design, construction, etc. outside of directly addressing seismic deficiencies, will be reviewed and approved by the Project Delivery Team (PDT) and the Seismic Program Management Office (PMO) for inclusion in the overall SOW beyond the initial A-E provided assessment.

The A-E firm retained must be capable of preparing all design and construction documentation including, but not limited to, advance/master planning, site development, utility infrastructure design, local utility approval, architecture, medical planning, civil engineering, structural engineering including seismic design, mechanical engineering, historic preservation, environmental protection, communication and data engineering, electrical engineering, interior design, landscape design, construction cost estimating and market research, parking and traffic studies, geotechnical investigation and surveying, seismic design for new and existing buildings. The prime A-E should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architects, Medical Planners, Structural Engineers, Mechanical Engineers, Geo-technical Engineers, Historic Preservation Architects, Environmental Engineers, Communications and Electrical Engineers, Interior Designers, Sustainable Design and LEED Accredited Professionals, and Cost Estimators. Seismic design will adhere to VA's manual for Seismic Design Requirements (H-18-8). As applicable to the level of construction needed to complete seismic repairs, renovation of interior areas to include 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, water reduction, energy efficiency and low energy building design; additionally, the project will comply with the VA Sustainable Design and Energy Reduction Manuals. Renewable and innovative energy systems may be required as part of this project. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems, etc. will meet current codes and standards. All structures and utilities will be designed to meet VA's criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 in all areas. Required services will include preparation of equipment and furniture plans and schedules, schematics design, design development, and construction documents (both plans and specifications), medical and research equipment planning, site design, and including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost.
All interested businesses are encouraged to respond to this announcement no later than April 28, 2023, 3:00 PM local time, by submitting all requested documentation listed below via E-mail to ronald.ferrer@va.gov with the Subject Line insert Sources Sought 36C10F23Q0058 - Company s Name. Interested parties should register as an interested vendor and submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and small business type, (2) a positive statement of your intention to submit an offer for this requirement as a prime contractor and/or teaming partners, and (3) relevant experience on projects of similar scope.

DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 19, 2023 03:59 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >