SOLICITATION NOTICE
C -- REMOVE AND REPLACE ROADS AND SIDEWALKS
- Notice Date
- 2/10/2010
- 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-0093
- Archive Date
- 5/20/2010
- Point of Contact
- Joe H EmbryContract Specialist
- E-Mail Address
-
Contract Specialist
(joseph.embry@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, located at 1900 East Main ST. in Danville Illinois 61832, 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. 550-10-119, Remove and Replace Asphalt Roadways and Concrete Walkways Station wide. The project will include design work for the preparation of 100% complete working drawings and contract documents using VA Master Specifications to complete the following: Scope of work is to mechanically mill asphalt roadway down 3 and replace with 2 inches of asphalt intermediate base and 1 of asphalt surface. Design is to remove and repair campus concrete walk paths. Design is to remove and repair campus roadway. Design is to incorporate ADA curb cuts per ANIS 117.1-2003 throughout the campus concrete walk paths. Design also should include new activity out cropping throughout new campus concrete walk paths. II. A/E SUBMISSION OF REVIEW MATERIALS: A.All material shall be submitted in accordance with and at a percentage of completion in accordance with V.A. Handbook Minimum Requirements for A/E Submission for each of the reviews listed: Preliminary design, 60% and 95% working drawings. B.The Completion times for each submittal shall be: Preliminary Submission 45 Days after Notice to Proceed 60% Submission 99 Days after Notice to Proceed 95% Submission 148 Days after Notice to Proceed 100% Submission 172 Days after Notice to Proceed C. Upon completion of the preliminary design, one (1) complete set of reproducible working drawings (mylar, sepia or velum, size 30 x 42 (76 cm. X 107 cm.)), one (1) sample edited and marked-up V.A. master specifications, and two (2) copies of a detailed cost estimate shall be submitted to the V.A. for review. One marked-up set of drawings and any needed changes to the specifications shall be returned to the A/E within 10 calendar days by the V.A. for inclusion in the 60% working drawings and specifications. D.Upon completion of the 60% design, one (1) complete set of reproducible working drawings (mylar, sepia or velum, size 30 x 42 (76 cm. X 107 cm.)), one (1) sample edited and marked-up V.A. master specifications, and two (2) copies of a detailed cost estimate shall be submitted to the V.A. for review. One marked-up set of drawings and any needed changes to the specifications shall be returned to the A/E within 10 calendar days by the V.A. for inclusion in the 95% working drawings and specifications. E.At the third review (95% review) of the working drawings, one (1) complete set of working drawings shall be submitted on mylar, sepia or vellum paper (size 30 x 42 (76 cm. X 107 cm.)). Submit one (1) copy of V.A. Master Specifications sections and sections originated by the A/E marked-up to suit the project. Specifications shall be edited and marked-up but not typed. Two (2) copies of the A/Es review detailed construction cost estimate shall be submitted for review. The corrected master specifications and set of drawings with any revisions shall be returned to the A/E after review within 10 calendar days. All changes or revisions shown shall be incorporated into the final drawings and specifications. III. SUBMISSION OF FINAL CONTRACT DOCUMENTS: The original specifications (hard copy and disk in Microsoft Word) and one set of original drawings done on 30 x 42 (76 cm. X 107 cm.) and Half Size shall be submitted to the Chief, Facilities Management Service upon completion of the project. The digital duplicate media shall be submitted to the Chief, Facilities Management Service upon completion of the project (AutoCad Release 2008 or earlier). IV. CONSTRUCTION PERIOD SERVICES: The A/E shall be responsible during the construction period for not less than 6 site visits and allowances will be in the A/Es cost proposal to allow for as many as 12 site visits during construction. The A/E shall also be responsible for reviewing and approving all material submittals and upon completion of the construction services shall be given one (1) copy of the contractors working drawing from which the A/E will produce a working set of as-built drawings. NOTE: The A/E is totally responsible for the detailed accuracy and adequacy of the 100% complete working drawings, specifications and cost estimate. It is the VAs intentions to hold the A/E responsible for any errors or deficiencies in his designs, drawings, specifications and other services. Such errors or deficiencies shall be corrected without additional compensation. Furthermore, the A/E shall be and remain liable to the Government for all damages caused by the A/Es negligent performance of any services furnished under this contract, notwithstanding VA reviews of A/E work. Design Time Completion: 172 days from NPT. This procurement is full and open competition and is restricted to firms located within a 150-mile radius of Danville IL 61832. The 150-mile radius will be determined using maps.yahoo.com. 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. 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 $5,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA-251-10-RP-0093 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-mile radius of Danville IL); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (provide 3 references); 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: Joseph Embry (90C), 1900 E. Main Street, Danville, IL 61832, by Wednesday March 10, 2010 no later than 3:00 p.m. (Local Time), 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 joseph.embry@va.gov. see Numbered Note 24
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0093/listing.html)
- Record
- SN02062743-W 20100212/100210235021-83e7e08735bd0b01b4c4bbb91a2dbe7c (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 |