The RFP Database
New business relationships start here

Diagnostic Imaging Service


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 4 of 5
This is a Sources Sought Notice VA101-17-N-0390 Amendment A00001

This notice does NOT constitute a request for proposal or request for quote. This Sources Sought is a market research tool being utilized to determine if there are a sufficient number of qualified vendors for set-aside prior to issuing a request. In conjunction with Public Law 109-461, the Office of Construction and Facilities Management (CFM) are seeking vendors in the following:

Small Business
Other than Small Business

This is not a solicitation for proposals and no contract will be awarded from this announcement.

No reimbursement will be made for any costs associated with providing information in response to this announcement. All responses will be provided by an e-mail response. No presentations will be scheduled.

CFM is conducting market research for a Subject Matter Expert (SME) Consultant to develop planning and design standards for Diagnostic Imaging Services. The Consultant shall provide the professional services to complete the task but not limited to Scope of Work. The Consultant shall be responsible for the technical content and format of the deliverables for this work.
The following SME Consultant qualifications are required:

The Consultant shall provide detailed information on its knowledge and work experience in planning and design of Diagnostic Imaging Services including but not limited to current and substantial experience in developing programs for design (PFD), Diagnostic Imaging Services programming and planning, equipment planning, and the planning and design of all building and engineered systems (i.e. HVAC, electrical, plumbing, information technology, security, etc.).

The Consultant shall have a proven track record and provide detailed information of its knowledge and work experience in the planning and design of healthcare facilities in public and/or private sector healthcare systems.

The Consultant shall have experience and expertise in the space programming and planning and the understanding of the functional relationships required in healthcare facilities to provide state-of-the-art * health services.

The Consultant shall demonstrate their understanding of the development of flexible, adaptable facilities that will allow VA to reuse and re-purpose these facilities to readily respond to changes in the delivery of care and how this may be applicable to space for Diagnostic Imaging Services. Flexibility and reuse of facilities are critical criteria in the development of VA facilities in 2016 and for the near term.

The Consultant shall be a licensed architects and engineers with legal privilege to provide professional consulting services in at least one state, commonwealth, or the District of Columbia, of the United States.

The Consultant shall have thorough understanding and knowledge of VA Standards, including but not limited to PG 18-5, PG 18-9, and PG 18-12 and all other Program Guides, and related VA/VHA policies and procedures.

Provide a brief description of the firm to demonstrate a minimum 5 years relevant experience and providing professional architectural, medical equipment, healthcare research, and medical planning services for Diagnostic Imaging Services

DETAIL SCOPE OF WORK

The scope of professional services for Diagnostic Imaging Services shall require the consultant to revise and consolidate the current standards for VHA Nuclear Medicine (Chapter 252), VHA Magnetic Resonance Imaging (Chapter 275), and VHR Radiology Services (Chapter 276) into a single set of standards that is exclusively devoted to Diagnostic Imaging Services. The current Chapters are dated April 1, 2008; the information updated at this date did not address staff offices and staff workstation spaces and sizes as part of Reduce-the-Footprint . Develop VA PG 18-5 Equipment Guide List, Space Planning Criteria VA PG 18-9, and VA PG 18-12 for Diagnostic Imaging Services.

The Consultant shall revise/update and consolidate the current versions of PG 18-9 - Space Planning Criteria, PG 18-5 - Equipment Guide List and PG 18-12 Diagnostic Imaging Services which addresses VHA Nuclear Medicine Chapter 252, VHA Magnetic Resonance Imaging Chapter 275 and Radiology Services Chapter 276. Work item requirements are including but not limited to the ones listed below:

Revise/update PG 18-9 - Space Planning Criteria:

The Current version of PG 18-9 for Chapters #252, 275 and 276 shall be replaced by a single new Chapter for Diagnostic Imaging Services.

Revision/update work shall be based on current VA Policies and Directives; latest trends of Diagnostic Medical Imaging including the latest medical imaging industry trends and all applicable guidelines, codes and standards for this building type. The PG 18-9 document shall include the list of rooms/spaces organized by Functional Areas.

The new Chapter shall have the following organizations:

Section 1 -- Purpose and Scope.
Section 2 Definitions.
Section 3 Operating Rationale and Basis of Criteria
Section 4 Program Data Required (Input Data Questions).
Section 5 Space Criteria.
Section 6 Planning and Design Considerations.
Section 7 Functional Relationships
Section 8 Functional Diagrams

DELIVERABLES AND PERIOD OF PERFORMANCE

Deliverables: Deliverables shall be three (3) submissions (30, 60, 90% development) of all documents for PG 18-9 - Space Planning Criteria, PG 18-5 - Equipment Guide List & PG 18-12 - Design Guide, and Testing Results for implemented space criteria for all scenarios as well as comparative testing results highlighting the differences between current and proposed space criteria. Courtesy pre-final 100% TBD and 100% final submissions are also required.

Schedule: The Period of Performance (POP) for this Contract is 365 calendar days from the day of contract award date.

The North American Industry Classification System (NAICS) Code is 541310 Architectural Services, with a Small Business Size Standard of $7.5 million.

Information sought: Response to this announcement shall not exceed 10 pages, 12 size Ariel font, and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., small or other than small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format.

All respondents should be registered on the SAM located at https://www.sam.gov/portal/SAM/#1 and Vendor Information Page https://www.vip.vetbiz.gov/.
Please email your response to mary.case2@va.govwith the subject line Sources Sought Notice# VA101-17-N-0390 Amendment A00001 by 2:00 pm ET., Tuesday September 5, 2017
Respondents will NOT be notified individually of the results of the sources sought.

Important Notice:

It should be clearly understood that this Sources Sought notice is not an award or commitment by the Government. The offerors are further advised that funding may not become available.

Mary E. Case

Contract Specialist Email

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP