SOURCES SOUGHT
C -- A/E; Update Isolation Rooms
- Notice Date
- 5/27/2008
- 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, Richard L. Roudebush VAMC;Attn: Lee Grant (90CSC);1481 West Tenth Street;Indianapolis, IN. 46202
- ZIP Code
- 46202
- Solicitation Number
- VA-251-08-RI-0191
- Response Due
- 6/10/2008
- Archive Date
- 7/10/2008
- Point of Contact
- Lee Grant; Deborah Barker317-988-1840; 317-988-1822
- Small Business Set-Aside
- Very 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 Emerging 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. Seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment, and supervision necessary to design Project Number 610A4-04-111, Update Isolation Rooms, for the following at the VA Northern Indiana Health Care System, Fort Wayne, Indiana: Remove or modify existing roof mounted HVAC system that currently feeds isolation and endoscopy rooms on the two floors below. Install new condensing unit, air handler, exhaust, ductwork, and controls as needed to create a system that complies with the requirements of the codes currently in effect, including all applicable VA design guides. Size new system and ductwork to meet all applicable requirements for air quality and air changes. Repair walls, ceilings, and floors as required. Work included the rooms described above and isolation room located in the Intensive Care Unit (ICU) on the fourth (4th) floor south wind of the building. Design Time Completion: 75 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 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 phasing plans, temporary and permanent signage and ay other details required to successfully complete the project. This work shall be performed while the facility continues to operate. 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 2007 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. In addition, A/E firm shall provide a preliminary construction schedule which shall include a timeline with milestones and major events highlighted. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be 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 10, 2008. The SF 330 shall not exceed 50 pages. Use no smaller than 12 font type. 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 less than $25,000.00.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c09e4052ec319283c0aa5bf165e39e2&tab=core&_cview=1)
- Place of Performance
- Address: VA Northern Indiana Health Care System;2121 Lake Avenue;Fort Wayne, Indiana
- Zip Code: 46805
- Zip Code: 46805
- Record
- SN01581418-W 20080529/080527220359-8c09e4052ec319283c0aa5bf165e39e2 (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 |