SOLICITATION NOTICE
C -- 512-10-334 A/E Alternate Truck Entrance - PP
- Notice Date
- 6/10/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 37;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24510RP0162
- Response Due
- 7/13/2010
- Archive Date
- 9/11/2010
- Point of Contact
- Gary Workman
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project 512-10-334, to provide the necessary design to prepare construction documents (CD's) for construction of a new vehicular entrance to the U.S. Department of Veterans Affairs, Perry Point, Maryland facility. This project will evaluate and design a new vehicular entrance to Perry Point. The proposed route will accommodate large delivery trucks and will access the site from the existing Perryville Park entrance. Design will include the access route on Perry Point's property, improvements to the any roadways and structures adjacent to Perry Point's property, a small police building, landscaping, a monumental entrance, and other improvements as necessary for the project completion. The A/E is responsible for all coordination and approval of any permit(s) necessary for the construction of the project. This acquisition is a 100% set aside for Service-Disabled Veterans-Owned Small Business (SDVOSB) concerns and the award of a firm-fixed-price contract is anticipated. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is not more than $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $2,000,000.00 and $5,000,000.00. The selected A/E firms should have in house expertise in civil planning and design. The selected A/E firms will be required to provide/perform investigation to include review of existing drawings and other documents, and a site investigation to confirm locations, sizes and capacities of utilities and structures and to verify the exact location and appropriate architectural features for the new building. Generate an Investigative Services report with a plan that specifies the building location and size, the proposed building systems (HVAC, plumbing, electrical, telephone, alarms, etc), and the means to connect to the corridor for deliveries. Address and acquire any permits required by Maryland Department of the Environment and any waivers required by the State Historic Preservation Office. Commissioning (A/E to provide third party commissioning services on all major mechanical and electrical components.), and Construction Period Services to include review of submittals, responses to Requests for Information (RFI), site visits for pre-bid conference, pre-construction conference, progress inspections and final inspection, and as-built drawings after completion of construction. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with government agencies and private industry; (4) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF 330 Part I and Part II to the Contracting Officer, Attn: Gary Workman, VA Medical Center, Building 101, Room 37, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM (EDT), July 13, 2010. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm at the time of submission of SF 330 Forms. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Gary Workman, 410-642-2411, X-6056 or gary.workman@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24510RP0162/listing.html)
- Place of Performance
- Address: VA Medical Center;Perry Point, Maryland
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN02174276-W 20100612/100610235235-7848d8456f603c5a7b3a84ce5932d99f (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 |