Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOURCES SOUGHT

C -- RENOVATE B22 FOR DOMICILARY AE DESIGN

Notice Date
12/8/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Battle Creek VAMC, Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-09-RP-0075
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
Scott D BrennanContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
The Architect Engineer (A/E) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 515-CSI-001, Renovate B22 for Domiciliary at the VA Medical Center in Battle Creek, Michigan as described below: Scope of project: Work shall include but not be limited to: Renovate Building 22 for use by the Domiciliary Program. The program is sized for (40) beds/occupants. Work includes total renovation of the 1st and 2nd floors as well as new construction of an additional 3,000 SF of space. Create Private and semi-private bedroom and bathroom facilities. Install new HVAC systems. Replace windows. Replace existing elevator. Minor upgrades to building exterior. Construction cost range is estimated to be between $2,000,000 to $5,000,000. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: Primary Evaluation Factors: (1) Professional Qualifications: Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Capacity to Accomplish the Work: Professional capacity of the firm in the designated geographic area of the project to perform the work (including any specialized services) within the time limitations will be evaluated including any unusually large existing workload that may limit an A/E's capacity to perform project work expeditiously. (3) Past Performance: Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered as a deterrent to adequate performance by an A/E. (Firms with no previous VA experience receive a neutral rating). (4) Specialized Experience: Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (5) Energy Efficiency: Demonstrate success in prescribing the use of recovered materials, achieving waste reduction, experience in energy conservation, and pollution prevention in facility design. Secondary Factors: (6) Location of Design Office: 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. This criterion will apply to the office from which the majority of the design services will be performed. (7) Small and Disadvantaged Business Awards: Inclusion of small business consultant(s), and/or minority owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). The NAICS Codes for this procurement is 541310 Architectural Services. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified A-E firms are required to respond in writing if interested & shall submit two (2) completed SF Form 330 packages (form available on-line at: http://vaww.va.gov/facmgt/ae). Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc). Mail to the Department of Veterans Affairs, VA Medical Center, CSCMichigan (90VC)., Bldg 9 - Room 105, Battle Creek, MI 49037, Attn: Scott D. Brennan, Contracting Officer to be received by no later than 4:30 PM local time on Wednesday, Jan 9, 2009. No solicitation document is available and telephone inquires will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement. Award of any resultant contract is contingent upon the availability of funds. See Numbered Note 24 (http://www.fedbizopps.gov/Numbered_Notes.html).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e9ea8cd6a3070eaddc84e568eb76377&tab=core&_cview=1)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;VA MEDICAL CENTER;5500 ARMSTRONG RD.;BATTLE CREEK;MI<br />
Zip Code: 49037<br />
 
Record
SN01715421-W 20081210/081208220532-7e9ea8cd6a3070eaddc84e568eb76377 (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.