Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

C -- Project No. 553-10-125, Relocate Police Service to Lower Level

Notice Date
12/11/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA-251-10-RP-0066
 
Response Due
1/13/2010
 
Archive Date
4/22/2010
 
Point of Contact
Cari SnyderContract Specialist
 
E-Mail Address
Contracting Officer
(cari.snyder@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act 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. VA Illiana Health Care System, 1900 East Main Street, Danville, Illinois, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 553-10-125, Relocate Police Service to Lower Level, at the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. This procurement is full and open competition and is restricted to firms located within 150 driving miles of Detroit, Michigan. The 150-mile radius will be determined using maps.yahoo.com. The size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Estimated construction cost range is between $1,000,000 and $2,000,000. A firm-fixed-price contract will be negotiated. The A/E shall provide all architectural and engineering services required to develop Design and Construction Documents for relocating the Police service and dispatch from the first floor of the medical center to the lower level. Work shall include but not be limited to the renovation of 5100 square feet of the lower level Records/File Area, Room LL772. The renovation should accommodate the Police Services that currently occupy the first floor in rooms, C1920 C1929. Architectural, Mechanical, Sanitary, Electrical, and Fire protection Modifications shall be included in the design. Work shall include the relocation of police security equipment, police telephone switchboard, police camera equipment, and all other medical center alarm panels and cabling needed for the Relocation. A/E Firm will be responsible for providing an independent fire code review of the Construction Documents. A/E firm shall prepare 100% working drawings and contract documents using VA Master Specifications and in accordance with Program Guide, PG-18-15, Volume C, A/E Submission Instructions, to complete the specified work. Schematic Design shall be due 30 calendar days from receipt of the notice to proceed; Design Development submission shall be due 75 days from receipt of the notice to proceed, Construction Documents submission shall be due 135 days from receipt of the notice to proceed, and 100% submission shall be due 150 calendar days from receipt of the notice to proceed. Solicitation VA-251-10-RP-0066 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services (at a minimum a degreed architect/engineer must be heading the project); 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (must have qualified professionals completing each task, i.e. architectural, electrical, plumbing, HVAC, fire suppression, etc.); 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations (adequate time and staffing must be demonstrated); 4. Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules; 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 (Geographical area is 150 driving miles of Detroit, MI); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (Interested firms are required to submit three (3) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Cari Snyder (90C), 1900 E. Main Street, Danville, IL 61832, no later than 3:00 p.m. (Local Time), January 13, 2010. Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form. Inquiries may be submitted to the Contracting Officer at cari.snyder@va.gov. see Numbered Note 24
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0066/listing.html)
 
Place of Performance
Address: John D. Dingell VA Medical Center;4646 John R. Street;Detroit, MI
Zip Code: 48201
 
Record
SN02022658-W 20091213/091211235856-9d3e09bca355584a745e9ee3908f14d6 (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.