Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

C -- Design of Imaging Center Addition, VA Medical Center, Cincinnati, Ohio

Notice Date
12/16/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-8329-4122
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Janet S Crum, 502-315-6185<br />
 
Small Business Set-Aside
N/A
 
Description
1) CONTRACT INFORMATION: The Louisville District intends to award an Architect Engineer contract for the Design of Imaging Center Addition, VA Medical Center, Cincinnati, Ohio. The estimated construction cost for the project is between approximately $5,000,000.00 and $10,000,000.00. Contract award is anticipated on or about March 2009. This contract is being procured in accordance with the Brooks A/E act as implemented in FAR Subpart 36.6. Significant emphasis will be placed on the A/E quality control procedures, as the District will perform the Quality Assurance role only. A contract awarded as a result of this announcement will be administered by the Louisville District, Corps of Engineers. This is a competitive unrestricted procurement under NAICS Code 541330, open to participation by both large and small business to be eligible for contract award. A firm must be registered in the DOD Central Contractor Registration (CCR) system. Register via the CCR Internet Site at http://www.ccr.gov. For further questions and/or concerns, please contact CCR Assistance at (888) 277-2423 Monday thru Friday, 8:00 am to 6:00 pm, or Electronic Commerce Information Center (ECIC) at (800) 334-3414 Monday thru Friday, 8:00 am to 6:00 pm. This announcement is open to all firms, regardless of size. If a large business is selected, they will be required to submit an acceptable Small Business Subcontracting Plan, in accordance with FAR 19.7 prior to contract award. The subcontracting goals for the Louisville District are 70% Small Business, 6.2% Small Disadvantaged Business, 9.8% HUBZone Small Business, 7.0% Women-Owned Business, 0.9% Service Disabled Veteran Owned Small Business and 3.0% to Veteran-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. 2) PROJECT INFORMATION: This project will consist of the complete design of an approximate 25,000 square foot, 2-story building addition and renovation of approximately 2,500 square feet of an existing structure. The second floor space of the addition will consist of a nuclear medicine, PET/CT, ultrasound and MRI facilities. The addition will be contiguous to radiology service on the second floor of the existing building. All addition and renovated spaces will be constructed to Veterans Affairs Standards. The complete design may include but will not be limited to; civil site design, demolition and/or renovation of an existing facility, asbestos, lead and PCB survey and/or abatement, utility investigations, interior design, design of hospital and associated hospital administrative and office space and construction cost estimating. Construction cost estimating will be accomplished using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software (software and database is available from the Government for a nominal fee). Specifications must be electronically produced in Veterans Affairs Master Specs. Specifications shall be provided to the government in the native VA Masterspec format, MicroSoft Word format and Adobe.PDF format. Traditional CADD products will be accomplished using AutoCAD version 2008 or newer, however versions saved in version 2007 will also be required for VA use. The selected firm will be solely responsible for the designs that they produce, and will become the Designer of Record for the project. Firms should have experience in using the CADD software and with using the VA masterspec format. CADD standards, Masterspecs, VA security criteria and other VA standards are available at http://www.va.gov/facmgt/ae/. 3) SELECTION CRITERIA: The selection criteria for this specific project are listed below in descending order. Criteria a through e are primary. Criteria f is secondary and will only be used as a tiebreaker among firms that are essentially qualified: (a) Specialized design experience and technical competence by the prime firm and sub-consultants in Department of Veterans Affairs healthcare facilities. Special consideration will be given to demonstrated working relationships between the prime contractor and major subcontractors. (b) Professional qualifications of the prime and major subcontractors staff who will be assigned to this project. Resumes for one registered designer and one registered reviewer in the following fields shall be provided: architecture, civil, structural (independent of civil), mechanical and electrical. Also, a resume of one project manager (PM) shall be provided. The PM should be a registered professional who will lead the design team and act as primary point of contact (POC) for the day to day design issues. (c) Past performance on similar size and scope VA projects with respect to cost control, quality of work and compliance with performance schedules as determined from ACASS and other sources. Letters of accommodation can be supplied for referenced projects. (d) Demonstrate the capacity to perform the design in a timely manner. (e) Demonstrate specific knowledge of local conditions or project site features such as but not limited to; geologic features, local construction methods and codes, climatic conditions, knowledge of available construction contractor base and knowledge of available material suppliers within a 500-mile radius of project site. f) Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Resumes or completed SF330 forms for a certified industrial hygienist, and/or a laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP), may be required as part of the design team. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 4:00 p.m. local time on 15 January 2009. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. 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. Submit responses to US Army Corps of Engineers, ATTN: Janet Crum, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202. Contracting Point of Contact is Janet Crum (502) 315-6185 or email at janet.s.crum@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a27c8089e4faff3f502a8527fe0cba11&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01719928-W 20081218/081216215722-a27c8089e4faff3f502a8527fe0cba11 (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.