Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2008 FBO #2555
SOLICITATION NOTICE

C -- Project 528A8-805, Correct Physical Medicine and Rehabilitation Service Deficiencies

Notice Date
11/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Albany VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-09-RP-0008
 
Response Due
12/15/2008
 
Archive Date
2/13/2009
 
Point of Contact
Kellyann BrunoContract Specialist<br />
 
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 528A8-805, Correct Physical Medicine and Rehabilitation Service Deficiencies at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms. Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) 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 a 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 541330 Engineering Services. Contract award is anticipated in December 2008. The Construction Cost Range for Project 528A8-805 is between 3-4 Million Dollars. ONLY FIRMS WITHIN 200 MILES OF THE STRATTON VA MEDICAL CENTER WILL BE CONSIDERED FOR AWARD. This will be a cascaded set-aside, in compliance with the Brooks Act and the Small Business Competitiveness Demonstration Program. No set-aside is currently established, but the Contracting Officer reserves the right to establish one before evaluation should the requisite amount of socio-economic entities submit offers. The hierarchy of socio-economic entities used for this solicitation is as follows: 1.Service Disabled Veteran-Owned Small Business/Emerging Small Business 2.Veteran Owned Small Business 3.HUBZONE Business 4.MBE/8a/Small Disadvantaged Business/Women-Owned Small Business 5.Small Business Offers will be evaluated upon SF 330 submissions to create a shortlist of the most highly rated firms. These short-listed firms will be invited to attend oral presentations on-site at the Stratton VA Medical Center, which will serve as the second and final phase of evaluation before negotiations commence. The highest rated firms will be invited to propose standard labor rates for various A/E trades, as well as standardized profit and overhead rates. The awarded contracts will be subject to the A/E solicitation procedures specified in FAR part 36 and VAAR part 836. SCOPE OF SERVICE: Completely demolish and renovate approximately 10,500 square feet of existing Physical Medicine and Rehabilitation Service space to provide a modern state-of-the-art facility for that department. This space includes all of 3rd floor D wing (rooms D303 through D320) and two spaces in 3rd floor Core (rooms 309 and 310, including 310A, currently used by cardiac rehabilitation). Design work includes developing a functional and Code-compliant layout of the space as well as the supporting mechanical, electrical and plumbing systems. This contract includes A/E design and construction period services. Specific work requirements include the following: 1. Total demolition of the space including asbestos abatement. Replacement of existing windows, doors, lighting, walls, ceilings, floors, and associated finishes. 2. Provide a layout of the following functional areas: "waiting/reception "administrative offices "six (6) exam rooms "specialized rehabilitation treatment areas, including: ophysical therapy "whirlpools "exercise area "gait lane okinesiotherapy ooccupational therapy odaily living activity training odriver training with simulator ocardiac rehabilitation oelectromyography "support areas "staff areas 3. Provide clear traffic flow patterns that maximize efficiency, accessibility, and patient privacy. 4. Removal and replacement of all heating, cooling and ventilation systems, including "new air-handling unit "ducted heating, ventilation and air conditioning "perimeter heating "new piping from basement to the 6th floor oheating hot water ochilled water oestimate heating and cooling loads for each floor in this range, for sizing "new piping for 3A/core (prosthetics) oheating hot water ochilled water 5. Removal and replacement of all domestic plumbing systems. "Domestic hot and cold water "Sprinkler piping 6. Removal and replacement of all electrical power distribution, including all wiring, outlets and connections. This includes all emergency power systems, as well. 7. Green or recycled products shall be specified wherever practical and possible. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Past record of performance on contracts with the Department of Veterans Affairs, including Renovations of Clinical Spaces. (2) Specialized experience and technical competence of the firm (including a joint venture or association) with clinical space renovations at various VA Medical Centers; (3) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team; (4) 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; (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, minority owned 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 330 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 1600 Eastern Standard Time, December 15, 2008 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. Firms interested in participating in this solicitation should submit a Standard Form 330 (A/E qualifications statement), preferably in electronic (PDF) format, to Kellyann.bruno@va.gov no later than December 15, 2008 at 1600 EST. Hard copies will be accepted if mailed to Kellyann Bruno, Contract Officer, Stratton VA Medical Center, 113 Holland Ave., Room C67, Albany NY 12208 by December 15, 2008. Hand-carried submissions will also be accepted at that address, if delivered prior to the date and time specified above. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. A template for standard form 330s is available at the GSA forms website, http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Request for Proposal No. (RFP) VA528-09-RP-0008 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. Any questions must be submitted in a Request for Information format (RFI). It must be on letterhead, have the solicitation number and name in the subject field and a signature. RFI may be submitted via e-mail to Kellyann.bruno@va.gov. Please all 48 hours for a response, no phone calls please.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0941750d9f65486ca1cc34cfda9f5681&tab=core&_cview=1)
 
Record
SN01709178-W 20081124/081122213058-0941750d9f65486ca1cc34cfda9f5681 (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.