SOURCES SOUGHT
C -- Architect and Engineering Services
- Notice Date
- 5/6/2008
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Roudebush VAMC (90CSC);1481 West Tenth Street;Indianapolis, Indiana 46202
- ZIP Code
- 46202
- Solicitation Number
- VA-251-08-RI-0163
- Response Due
- 5/21/2008
- Point of Contact
- Lee Grant
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: The method of procurement for this contract is in accordance with the Brooks Act, A/E, as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is 100% SET ASIDE for Small Business A/E firms. North American Industrial Classification System code is 541310 which has a small business size standard of $ 4.5 million in average annual receipts. Proposals received from non-small business firms will be rejected. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded in June 2008 and design completed by August 2008. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) Register via the CCR Internet site at http://www.ccr.gov. This announcement is restricted to firms located within a 300 mile radius of the Roudebush VAMC, located at 1481 West Tenth Street, Indianapolis, Indiana 46202. Seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment, and expert supervision necessary to design Project Number 583-08-102, IMS-UPS/Electrical Expansion, for the following at the Richard L. Roudebush VAMC, Indianapolis, Indiana: Replace the existing UPS unit within the Building 1 basement IMS room with a new 150kVA (400A) double-conversion, true online uninterruptible power system. Replace the existing UPS unit within the Building 1 basement IMS room with a new 100kVA (400A) double-conversion, true online uninterruptible power system. Relocate the existing PACS unit from its current location within the Building 1 basement to the second floor and reinstall/test to ensure proper operation. Install a new Leibert A/C unit to properly cool the PACS unit. Provide emergency power for all IMS data closets throughout the medical center. Design Time Completion: 90 calendar days from NTP. A/E Design Firm Responsibilities: A/E design firm shall provide evidence of prior experience as well as provide reference projects of similar size, scope, and design regarding the type of work mentioned above. A/E firm shall be responsible for site review of the existing facility in order to validate owner's existing documents and drawings. Any modifications that are required to be made as a result of the site review shall be communicated to the VA and corrected by the A/E firm. A/E firm shall provide a complete set of bid documents, including design drawings, specifications, and a detailed cost estimate, which shall include information to provide temporary power during all replacement work. This work shall be performed while the facility continues to operate and all efforts to maintain power feeds that are currently arranged as normal or emergency shall be provided with appropriate electrical power feeds. A/E firm shall provide a 50% and a 95% review submission. Each submission shall contain design drawings, specifications, and a cost estimate for VA review and approval. Provide three copies for each submission. A/E firm shall provide all drawings in AutoCAD 2006 format and shall meet all VA design criteria. A/E shall provide all final drawings, specifications, and cost estimates on a CD at each submission. A/E firm shall include a preliminary timeline with their fee proposal which shall establish the following dates for each project: Preliminary plan review date, final plan review date, bid documents completion date, and bid advertisement date. A/E firm shall provide a preliminary construction schedule which shall include a timeline for projected outages highlighting the facility interruption time frame of each area. This information shall be communicated to all bidders for their review an inclusion within their bids. It shall b communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction timeline in order to minimize any/all disruptions to the facility. Interested firms are required to submit 2 copies of Standard Form (SF) 330 available at http://www.gsa.gov/forms, part I and II to Richard L. Roudebush VAMC (90CSC), Attn: Lee Grant, 1481 West Tenth Street, Indianapolis, IN. 46202. Interested firms may also hand carry or submit via overnight express service (NON US POSTAL MAIL) to VA Contract Service Center, Bldg 7, Attn: Lee Grant, 2669 Cold Springs Road, Indianapolis, IN 46222, not later than 4:00 p.m. local time on June 5, 2008. The SF 330 shall not exceed 50 pages. Use no smaller than 12 font type. Include the firm's ACASS/DUNS. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Selection Criteria: Includes A) Team proposed for this project. B) Proposed Management plan (team organization). C) Experience of Proposed Team. D) Location and facilities of working offices. E) Proposed design approach (i.e. design philosophy, anticipated problems and solutions). F) Project control (control of the schedule & costs, responsible personnel). G) Estimating effectiveness (10 recently bid projects). H) Sustainable design (method of implementing design philosophy). I) Miscellaneous experience and capabilities. J) Awards received for design excellence. K) Type and amount of liability insurance carried and litigation involvement during the last 5 years and the outcome. L) Provide reference projects of similar size, scope, and design regarding the type of work mentioned above. This is not a request for proposal. The Government will not pay nor reimburse any costs associated with responding to this sources sought synopsis request. The estimated cost magnitude of this A/E project is $25,000.00 to $100,000.00.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd6379be18eac7720f51a586457859c5&tab=core&_cview=1)
- Place of Performance
- Address: Department of Veterans Affairs;Roudebush VAMC (90CSC)_;1481 West Tenth Street;Indianapolis, Indiana
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN01567849-W 20080508/080506221040-2c097e505b8dfb54abb6303841ae9863 (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 |