Similar Projects
West Henderson Parks And Recreation, Phases 2 - 5 - PR247 - City Of Henderson
New Construction, Infrastructure
Conception
$84,000,000 CJ est. value
Henderson, NV 89015

Burkholder Blvd - Warm Springs To Russell, Phase 2 - ST093 - City Of Henderson
Infrastructure
Conception
$6,600,000 CJ est. value
Henderson, NV 89015

Tropicana Grand Canyon Apartments
New Construction - 682 SF
Design
Las Vegas, NV 89147

Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Renovation, Repair, and New Construction, of Medical Facility Construction at Various Government Installations
New Construction, Renovation
Design
$15,000,000 to $1,000,000,000 est. value

AutoZone #6871 / Henderson
New Construction, Infrastructure - 7,380 SF
Bidding
$1,500,000 CJ est. value
Henderson, NV 89015

Chick-fil-A - Lake Mead and Water / Henderson
New Construction, Infrastructure - 4,947 SF
Bidding
$1,500,000 CJ est. value
Henderson, NV 89015

Squadron Operations and Test Facility
New Construction - 47,601 SF
Post-Bid
$25,000,000 to $100,000,000 est. value
Nellis Air Force Base, NV

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Site Improvements at Enterprise Area Command
Infrastructure
Results
Las Vegas, NV 89113

Cactus Avenue, Las Vegas Boulevard to Spencer Street
Infrastructure
Results
$8,894,898 CJ est. value
Enterprise, NV 89141

Touro University Parking Expansion Phase II
New Construction
Construction
Henderson, NV 89014

Inspirada Marketplace
New Construction - 39,460 SF
Construction
$10,000,000 est. value
Henderson, NV 89009

Boulder Lodge Expansion
Addition, Demolition, Renovation, Infrastructure
Pending Verification
$9,600,000 CJ est. value
Henderson, NV 89015

Dream Hotel Las Vegas
New Construction, Infrastructure - 27,000 SF
Pending Verification
$545,000,000 CJ est. value
Las Vegas, NV 89119

Charleston to Cheyenne Wideninig - Clark County
Infrastructure
Conception
$25,000,000 CJ est. value
Las Vegas, NV 89101

Last Updated 01/10/2023 02:02 PM
Project Title

RFP - Design Construct Women's Healthcare Clinic Project 36C26119R0041, 593-401

Physical Address View project details and contacts
City, State (County) North Las Vegas, NV 89086   (Clark County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $6,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 21 is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330s for Project No. 593-401, Project Title: Design Women s Healthcare Clinic at the VA Southern Nevada Healthcare System (VASNHCS), Las Vegas. The applicable North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the small business size standard is $15.0 million. To better serve our women s veteran community and provide care in a timely manner, a new Women s Healthcare Clinic is needed. The new Clinic will be constructed on Main Campus and shall include 10,000 sf for the Women s Healthcare clinic to include mammography, and separate unfinished storage space that includes finished walls, lighting, HVAC, and fire sprinklers. The new Clinic will be constructed on Main Campus and shall be sized to hold five to seven PACT Panels (each PACT Panel handles 900- 1200 patients). The Clinic shall be single story but foundation shall be constructed to support future addition of 2nd story. The architectural features and decors shall coordinate with the existing Campus. The A/E shall provide all necessary/required professional engineering services to include, but not limited to: complete architectural, structural, electrical, civil, mechanical, communication, and fire protection system design. As architect and/or engineer of record on this project, contractor shall be required to submit professional stamped architectural and/or engineering drawings necessary for contract solicitation, internal VA review, or public approval. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Structural, Mechanical/ Plumbing, Fire Protection, Electrical, Construction Cost Estimating and other investigative/technical services. The VA anticipates that the design would be completed within 235 calendar days from the Notice To Proceed with construction period services to begin at construction solicitation. This procurement is a total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-disabled veteran-owned small business (SDVOSB) under the Veterans First Contracting program has the same meaning as service-disabled veteran-owned small business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as a verified to be considered for this procurement. Offers from unverified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. This notice serves as the Governments call for Standard Form (SF) 330s from interested SDVOSB Architectural/Engineering (A/E) firms. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF-330 package via e-mail to Denise R. Groves at denise.groves@va.gov by 4:00 pm PDT August 20, 2019. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. The Government will evaluate SF-330 s received in response to this notice to identify the most highly qualified SDVOSB firms to perform the required services. The Government will then hold discussions/interviews with at least three (3) of the most highly qualified SDVOSB firms based on the following evaluation factors. The following evaluation criteria, listed in descending factor order of importance and weight, will be used for both the SF330 evaluation and when conducting discussions/interviews: Factor 1: Professional Qualifications (35 pts) Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the design of a new clinical building. (20 pts) Subfactor 1B - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (15 pts) Factor 2: Specialized Experience and Technical Competence (25 pts) Subfactor 2A - Specialized experience and technical competence design of new clinical building utilizing VA Patient Aligned Care Team (PACT) model. (15 pts) Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team (10 pts) Factor 3: Capacity to accomplish the work in the required time (20 pts) Factor 4: Past Performance (15 pts) Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (10 pts) Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5 pts) Factor 5: Location (5 pts) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The evaluation board will prepare a selection report recommending at least three firms, in order of preference based on the combined SF330 and discussion/interview score, that are considered to be the most highly qualified to perform the required services. The selection authority shall review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. All firms on the final selection list are considered selected firms with which the contracting officer may negotiate in accordance with FAR 36.606, beginning with the most preferred firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm and notify the firm that negotiations have been terminated. The Contracting Officer will then initiate negotiations with the next firm on the final selection list. Questions regarding this procurement should be directed, in writing, to the Contracting Officer Denise R. Groves via E-mail at denise.groves@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. As of January 9, 2023, an issuance of short-listed firms has not been released. The design firm selection timeline has not been disclosed. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed.

Details

1 Story Above Grade, 10,000 SF.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents