Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOURCES SOUGHT

C -- DOMESTIC WATER REPLACEMENT AE DESIGN

Notice Date
12/17/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-10-RP-0033
 
Response Due
1/20/2010
 
Archive Date
4/29/2010
 
Point of Contact
Scott D BrennanContract Specialist
 
E-Mail Address
Scott Brennan, Contracting Officer
(scott.brennan2@va.gov)
 
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 655-10-107, Domestic Water Replacement at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan as described below: Scope of project: The Architect / Engineer (A/E) will verify record drawings and existing conditions; prepare fully developed Construction Documents (drawings and specifications); construction phasing (scheduling) timeline; cost estimates; and provide construction period services. The total completed design shall include all necessary features and items of work required so that the government shall have a complete buildable and functional system complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable national codes and standards. It is anticipated that the design effort will involve mechanical, electrical, architectural, and plumbing disciplines. Provide all drawings, specifications, equipment selection, equipment layout, cost estimate, including but not necessarily limited to architectural, structural, plumbing, mechanical, and electrical features as required for this contract. Analyze the extent of demolition and modifications to existing systems and/or components and design the replacement of the domestic water supply, sanitary and storm drainage for Building 1. The new domestic water risers shall be designed according to the VA Design Guides and meet all applicable standards and codes. System shall consist of single riser, with 2 branches serving each half of every floor of the hospital, with access points being the existing fire closet near the elevators. The fire protection riser contained in the closet shall be relocated to the adjacent stairwell. All existing domestic water piping shall be removed. A/E shall analyze the current condition of pipes, calculating wall thickness at various locations of sanitary and storm drainage piping. The risers shall be sized to serve building 1. Demolition and removal included but not limited to the following: domestic water supply (hot and cold), sanitary and storm drainage, fire protection risers and wall / floor penetrations. New items included but not limited to the following: Design all related architectural, plumbing, mechanical, fire protection, controls and electrical features required for a complete system. Construction cost range is estimated to be between $1,000,000 to $2,000,000. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (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. (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. (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. Firms with offices more than 200 miles from project location will not be considered. (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://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). 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)., 5500 Armstrong Rd., 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 Jan 20, 2010. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA-251-10-RP-0033/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Aleda E. Lutz VA Medical Center;1500 Weiss St;Saginaw;MI
Zip Code: 48602
 
Record
SN02026332-W 20091219/091217234800-47c091f793048b2c468ff6709154a603 (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.