SOLICITATION NOTICE
C -- MINOR A/E CORRECT EMERGENCY ROOM DEFICIENCIES
- Notice Date
- 10/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs, Wilmington VAMROC, Department of Veterans Affairs Medical and Regional Office Center, Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
- ZIP Code
- 19805
- Solicitation Number
- VA-244-09-RP-0034
- Response Due
- 11/21/2008
- Archive Date
- 1/20/2009
- Point of Contact
- Michael F WhiteContract Specialist<br />
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- The Veterans Administration, Wilmington VA Medical Center is seeking Architect and Engineer (A&E) firms certified as Service Disabled Veteran Owned Small Businesses (SDVOSB). The A&E firm must be approved under NAICS Code 541310 Architectural Services, with a small business size standard of $4.5 million capable of preparing all design docunentation asscociated with project #460-313. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms based on evaluation factors that includes: 1- professional qualifications, 2- specialized experience and technical competence of the A&E firm with similar type projects; 3- past performance on contracts with government agencies; 4- location of A&E firm; 5- experience and roles of key design personnel, specifically on related projects; 6- cost control and estimating effectiveness. Phase II shall consist of interviewing the candidates that have advanced past Phase I to Phase II. A Request for Proposal will be issued to the offeror that is determined to be the best technically qualified to complete this project. The proposal shall be completed and returned for a price evaluation. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the highest technically rated or the lowest total price proposal; and to award to the offeror submitting the proposal determined to be the most advantageous best value to the Government. Phase II proposal will be requested initially on the most favorable price and technical terms. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. This project will entail a combination of renovation and new construction of 15,000 square feet of space to expand the emergency Room and meet patient privacy requirements. This will require demolition of entire existing 5,000 square foot Emergency Room area and addition of 10,000 square foot section of Primary Care space with installation of modern utility systems and medical technology. This project will require complete gutting with new walls, floors, ceiling, HVAC, plumbing, electrical, Med Gas, carpentry, and finishes. All utilities shall be upgraded to meet present day requirements. The mew Emergency Room will be equipped with a negative pressure isolation room, a decontamination area, a behavioral health room, and nine (9) patient bays. Ambulances will have a dedicated driveway and entrance. This shall separate the Emergency Room vehicular traffic from non-Emergency Room traffic. This project involves the civil, mechanical, electrical plumbing, and architectural disciplines. Existing utilities need to be relocated. Estimated cost range for construction is between $5,000,000 and $10,000,000. Interested firms meeting the criteria above, AND is located within 150 MILES of the Wilmington Veteran Affairs Medical Center (WVAMC) shall submit TEN copies of SF 330 to WILMINGTON VETARAN AFFAIRS MEDICAL CENTER, ATTN: MIKE WHITE ROOM 8067, 1601 KIRKWOOD HIGHWAY, WILMINGTON, DE 19805. Packages shall be submitted by 4:00Pm Eastern Standard Time on November 21, 2008. E-mail and fax SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Mike White at Michael.white9@va.gov. The technical proposal submission should indicate FOR OFFICIAL USE ONLY and SOURCE SELECTION INFORMATION SEE FAR 3.104. The package shall be clearly marked TECHNICAL PROPOSAL FOR RFP VA-244-09-RP-0034, CORRECT EMERGENCT ROOM DEFICIENCIES (Attention: Mike White) Late submittals will only be considered if allowed by Federal Acquisition Regulation (FAR) 52.215-1, Instructions to Offerors-Competitive Acquisition.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=097ec5d556eecb8cf39f4f7c9943583f&tab=core&_cview=1)
- Place of Performance
- Address: VA MEDICAL CENTER;1601 KIRKWOOD HIGHWAY;WILMINGTON, DELAWARE<br />
- Zip Code: 19805<br />
- Zip Code: 19805<br />
- Record
- SN01696385-W 20081026/081024215624-097ec5d556eecb8cf39f4f7c9943583f (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 |