Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOURCES SOUGHT

C -- A/E Design MRI

Notice Date
3/25/2005
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Richard L. Roudebush Department of Veterans Affairs Medical Center, (583/90C), 1481 W. 10th Street, Building No. 1, Room A-B040, Indianapolis, Indiana 46202
 
ZIP Code
46202
 
Solicitation Number
583-48-05
 
Response Due
4/15/2005
 
Point of Contact
Point of Contact - Deborah Barker, Contract Specialist, Ph: (317) 554-0205, Fx:(317) 554-0200, Contracting Officer - Deborah Barker, Contract Specialist, Ph:(317) 554-0205, Fx:(317) 554-0200
 
E-Mail Address
Deborah Barker
(deborah.barker@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer services are required for re-design of the existing MRI with a new MRI. (Phillips - ACHIEVA 3.0T QUASAR DUAL MRI) for Project Number 583-05-24 at VA Medical Center located in Indianapolis, Indiana. Construction period services are required. A/E services include the development of contract drawings and specifications for bidding purposes, Construction Period Services, Site visits and As-Builts. The A/E shall provide a completed As-Built set of drawings (in AutoCAD), as well as fifteen (15) sets of final documents (specifications and drawings) for prospective bidders. The area of consideration is within a 155-mile driving distance of the medical center. This is an Emerging Small Business Set-Aside. The small business size standard classification is $4,000,000 in annual gross revenues averaged over the past three years. For Emerging Small Business, the annual gross revenues shall not exceed $2,000,000. The magnitude of construction price range is between $250,000 and $500,000. Applicable NAICS code is 541330. Interested firms are required to submit Standard Form (SF) 330 (2 copies), Part 1 and Part 2 to the attention of the Contracting Officer no later than April 15, 2005. SF 330 can be downloaded from www.gsa.gov. SF 330 qualification packages that are sent via U.S. Postal Service and sent via commercial delivery service (i.e., FedEX, UPS, etc.) shall be addressed to VA Medical Center, 1481 West 10th Street, Indianapolis, IN 46202, Attn: Contracting Officer (90CSC-D. Barker). SF 330 qualification packages may be hand carried to Building 7, 2669 Cold Springs Road, Indianapolis Indiana, 46222, Attn: Contracting Officer (90CSC-D. Barker, Room 219). Design work includes all mechanical, plumbing, electrical, structural and general architectural work. Work will include removal of older unit and the installation of a new Phillips ACHIEVA 3.0T QUASAR DUAL MRI, along with the necessary alterations to the floors, ceilings, electrical, structural, radiation shielding, etc. The A/E firm selected shall provide a construction cost estimate, submittal tracking log, construction drawings and specifications at each of the four (4) design reviews (35%, 50%, 95% and 100%). Required completion time is 85 calendar days after contract award, which includes 20 calendar days for government review. A/E shall design space based upon latest VA design space functionality and operational program criteria in conjunction with community/industry standards. The space will be designed in compliance within Uniform Federal Accessibility Standards (UFAS), current VA Health Care Standards and applicable codes such as NFPA, JACHO, NBC, local ICCR policy, etc. Design shall be in accordance with the latest VA and industry standards regarding energy efficiency and safety/ergonomic considerations. At the final submission, A/E shall provide reproducible vellum and a CD-ROM copy of plans in an Auto-Cad program version compatible with VA facility Auto-Cad program version. Selection criteria (not necessary listed in order of importance) includes: 1) team proposed for this project; 2) proposed management plan (team organization); 3) previous experience of proposed team; 4) location and facilities of working offices; 5) proposed design approach (design philosophy/anticipated problems and solutions); 6) project control (techniques planned to control the schedule & costs and responsible personnel); 7) estimating effectiveness (10 most recently bid projects); 8) sustainable design (team design philosophy and method of implementing); 9) miscellaneous experience and capabilities (interior design, CADD, value engineering & life cycle cost analyses, environmental considerations, energy conservations & new energy resources, and fast track construction); 10) awards received for design excellence; 11) type and amount of liability insurance carried and litigation involvement over the last 5 years & its outcome. Firms that submit SF 254 and SF 255 packages will not be considered during the selection process. THIS IS NOT A REQUEST FOR PROPOSAL. No bid packages are available. Numbered Note 24 applies. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
IFB 583-48-05
(http://www.eps.gov/spg/VA/InVAMC538/InVAMC538/583-48-05/listing.html)
 
Place of Performance
Address: 1481 West Tenth Street, Indianapolis, IN
Zip Code: 46202
Country: United States
 
Record
SN00776433-F 20050327/050325213343 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.