Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

C -- PROSTHETICS AND HR

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City OK 73104
 
ZIP Code
73104
 
Solicitation Number
VA-256-07-RP-0095
 
Response Due
8/6/2007
 
Archive Date
9/5/2007
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL not an RFP, THIS IS AN EMERGING SMALL BUSINESS PROCUREMENT. DO NOT SEND EMAIL OR FAXES. IT WILL NOT BE ACCEPTED. The Oklahoma City VA Medical Center is seeking the services of a qualified licensed Architect in the state of Oklahoma with specialized experience in providing architectural, structural, mechanical and electrical engineering designs as necessary to prepare construction contract documents to include balancing and modifying the HVAC system of existing Prosthetics and Human Resources areas, at the Oklahoma City VA Medical Center. Site location is 921 N.E. 13th Street, Oklahoma City, OK 73104. The estimated construction range is between $100,000 and $250,000. Selection criteria include in descending order of importance as follows: (1) Specialized experience and technical competence of the firm in the type of work required, both prime and consultants, in design and construction of the above project. (2) Professional qualifications of the firm's staff and consultants assigned to the project to include resumes or curriculum vitae and proof of professional registration of key personnel of the architectural firm and consultants, to include subcontractors, and the project team (team/office actually accomplishing the work), necessary for satisfactory performance of required services. (3) Experience on HVAC remodeling existing and occupied spaces. (4) Geographically located in the State of Oklahoma (5) Past experience working on VA and/or Government facilities to include hospital setting. (6) Ability of the firm to begin the work within 15 days after award of the contract and capacity to accomplish the work in the required time (7) Demonstrated success in incorporating the use of recovered materials and achieving waste reduction and energy efficiency in the design. (8) Maintaining project schedules, project budgets, and cost control effectiveness. Qualified A/E firm is required to perform 50% of the work and not as a consultant. All interested firms are required to submit three (3) recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, in accordance with Numbered Note 24 to the Contracting Officer shown below no later than 2:00 p.m. (Central Standard Time), Monday, August 6, 2007. Limit SF 330 along with supporting data for a total package of not more than 75 pages, 8-1/2 x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the proposal and will not be evaluated by the selection board. Relevant projects identified in Part I block 19, shall not be more than 5 years old. Design must meet all applicable and current federal and state codes/requirements, i.e.: OSHA, EPA, DER, NFPA 101, JCAHO, AHERA, NESHAPS, NFPA, ASTM, PENNDOT, UFAS. Scope of work will include the following: (1) Evaluation of VA preliminary concept drawings for the Prosthetic area. (2) The redesign of Prosthetics area to address space requirements and HVAC deficiencies. (3) Design to meets current 7610-308 VA Prosthetics and Sensory Aids Service specifications (4) The redesign of this area will include an estimated cost to perform construction activities. (5) Contract will include construction period services. The contractor will perform the following tasks: (1) Make site visits as necessary to survey existing conditions as required to determine existing as-built conditions affecting this project. (2) Contractor shall field verify all dimensions, wall layouts, etc. (3) Contractor shall field verify every aspect that relates to the project. (4) Contractor shall coordinate visits with the Project Engineer. (5) Contractor must be proficient and all drawing submittals must be submitted in AutoCAD (version 2006) and have access to Microsoft Word 5.0 or higher. NAICS Code 541310 is applicable to this acquisition and the small business size standard is considered $4.5 million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. Point of contact is Juanita Millsap (405) 270-0501 ext 6118 or Demarcus Thompson (405) 270-0501 ext 6122, at the Oklahoma City VA Medical Center, 921 N.E. 13th Street, Oklahoma City, OK 73104. Questions concerning this project may be directed to David Lounds, General Engineer at (405)270-0501 ext. 3512. Solicitation number VA-256-07-RP-0095 has been assigned to this project and should be referenced on all correspondence regarding this announcement.
 
Place of Performance
Address: Department of Veterans Affairs Medical Center;921 N.E. 13th Street;Oklahoma City, OK 73104
Zip Code: 73104
Country: USA
 
Record
SN01351829-W 20070727/070725220925 (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.