Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

C -- A/E Design for Dental ClinicStratton VA Medical Center Albany NY

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-07-RP-0130
 
Response Due
5/30/2007
 
Archive Date
7/29/2007
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for the complete design, including construction period duties, of Project 528-8A-803 Correct Dental Clinic Deficiencies 1st Floor at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms, Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) Telephone: (518) 626-6979 OFFICE ADDRESS: Stratton Veterans Affairs Medical Center, Room C-67, 113 Holland Avenue, Albany, NY 12208 CONTRACT INFORMATION: Stratton VA Medical Center (VA), Albany, New York is seeking qualified AE Firms for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services outlined above described herein. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.0 million dollars average annual gross revenues for the past three fiscal years. Contract award is anticipated in August 2007. The Construction Cost Range for Project 528-A8-803 is between $2,000,000 and $5,000,000 SCOPE OF SERVICE: The Architect/Engineering firm shall provide all necessary design services for the development of detailed drawings and specifications for the referenced project. A/E services shall include, but not limited to a) A survey of the existing area and services to provide data for design b) Meeting with using services to determine requirements for layout of the area proposed for construction c) Submittal of at least two conceptual drawings, showing design proposals which accommodate the needs of the services to be located in the area d) Final design drawings and specifications which will include all necessary structural, mechanical, electrical, HVAC, telephone, and data systems. e) Assistance and evaluation during the bidding process Construction period services such as submittal and shop drawing reviews, construction site inspections, review of contractor fee proposals, time extensions, claims, and other correspondence; The project is intended to redesign approximately 6,500 square feet of the existing space of Building #1, First Floor of the Stratton VA Medical Center, Albany, N. Y. The space will be designed to allow expansion of the Dental Clinic plus convert approximately 3, 350 square feet of adjacent administrative space in the B-Wing area of the first floor. The Dental Clinic provides services for the veterans such preventive dentistry, oral surgery, dental hygiene, and prosthetics, and other dental services. The construction shall involve the following; a) Demolition of existing walls, ceilings, flooring and mechanical systems b) Erection of new walls to conform to the new layout of the space c) New air conditioning and heating systems d) New power, lighting, telephone and data systems for the area e) New plumbing systems as required f) New ceilings throughout g) New Fire Sprinkler piping h) ACM abatement The Project design and preliminary studies will incorporate computer-aided drafting (CADD) and Microsoft Office formats. The goal of the project is to provide increased services for the Veterans, whether as a new patient, or a long term patient. The area shall be designed to provide a pleasant, customer friendly atmosphere, which minimizes travel distances and provides services that are easily accessed. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required; (2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team; (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously; (4) Past record of performance on contracts with the Department of Veterans Affairs; (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minorityowned consultant(s) and/or women-owned consultant(s) SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit one completed Standard Form 254 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement, and three completed copies of Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Submit required documents no later than 4:30 PM, Eastern Standard Time, May 30,2007 to the Issuing Office address shown above. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Request for Proposal No. VA528-07-RP-0130 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. This is not a Request for Proposal.
 
Record
SN01275839-W 20070420/070418220808 (fbodaily.com)
 
Source
FedBizOpps 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.