Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOURCES SOUGHT

C -- Renovate 2nd and 3rd Floors Building 401 - A/E Design for NRM Project

Notice Date
6/8/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA69D10RI0413
 
Response Due
7/8/2010
 
Archive Date
10/6/2010
 
Point of Contact
Daniel F. Burk
 
E-Mail Address
.burk@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
AE Design - Renovate 2nd and 3rd Floors Building 401 at the VA Medical Center, Tomah, WI. This is a request for Standard Form 330, not a request for proposal. Provide professional architectural and engineering services necessary for the design of Project 676-140, Renovate 2nd and 3rd Floors Building 401 at the VA Medical Center, Tomah, Wisconsin. The scope of work for this project includes: 1)Renovating the entire 2nd and 3rd floors of Building 401, consisting of approximately 32,000 GSF, for 46 Community Living Center beds. 2)Constructing private/semi-private bathrooms, dining rooms, day rooms, nurse's stations, offices, and other support areas as required by criteria. 3)Installation/extension of mechanical, electrical and plumbing systems as necessary to serve the renovated space. Services include site investigations, analysis, design, calculations, cost estimates, preparation of working drawings and specifications, and construction period services. As-builts and site visits during construction are part of the scope. The company must have the capability to design a complete healthcare renovation or addition. This would include the services of certified and registered professionals. Estimated construction cost is between $5,000,000 and $10,000,000. Area of consideration is restricted to firms located with a 200-mile radius of the VA Medical Center, Tomah, WI. Selection criteria will be based on: (1) Past performance on similar medical care projects, maintaining project schedules, and project budgets; (2) Overall engineering design experience and capability; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) Ability of A/E to produce all plan documents on a CAD system fully compatible with AUTOCAD 2010 and the ability to provide specifications in CD/DVD formats, with specifications in Microsoft Word, and drawings in DWG formats; (5) Geographic location and facilities of the working office(s); (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and (7) construction cost control effectiveness. A/E firms, which meet the requirements listed in this announcement, are invited to submit two (2) copies of the completed Standard Form (SF) 330 no later than 4:00 PM local time on 8 July 2010. PLEASE NOTE: TWO copies of packages are to be sent to the Great Lakes Acquisition Center, Attn: Daniel F. Burk, 5000 W. National Ave, Milwaukee, WI 53295-0005. This is not a Request for Proposal (RFP). NAICS Code 541330 applies. Award is subject to the availability of funds. It is anticipated that A/E interviews will take place during the week of 26 July 2010. Any questions of a technical nature can be directed to Kurt Marshaus (608-372-3971 x61684).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D10RI0413/listing.html)
 
Record
SN02171459-W 20100610/100608235146-9fd3a2d25f67812a4f5da3527cea3ece (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.