Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

C -- 512-10-335 - GRIST MILL & MANSION REPAIR & RESTORATION (DESIGN)

Notice Date
7/1/2010
 
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 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24510RP0184
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
CHRISTINE HERNANDEZ
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis for A/E Services 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 512-10-335 - Grist Mill & Mansion Repair & Restoration (Design), to provide all necessary design to prepare construction documents (CD's) in compliance with Section 110 of the National Historic Preservation Act, the project will design the renovation of the interior and exterior of building 501, the circa 1750 mansion, to be used as office and conference space. The space renovated is 9620 GSF. The project will also renovate building 504, the circa 1735 Old Mill. A new water wheel will be installed on the exterior to mimic as closely as possible the original Mill. The renovated space is 3600 GSF. This project will construct a replacement Horticulture Therapy building or renovate the existing building 41. The new space will be 5000 GSF including a heated greenhouse and office and work space in an adjoining building for patients and staff to perform various activities. All restoration work will be performed by a qualified historic preservation specialist meeting the Secretary of Interior's professional qualifications (http://www.nps.gov/history/local-law/arch_stnds_0.htm) and all work will comply with the Secretary of Interior's Standards and Guidelines for Treatment of Historic Properties (http://www.nps.gov/history/hps/tps/standards_guidelines.htm). 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 healthcare planning and design. The selected A/E firms will be required to provide Investigative Services to include review of existing drawings and other documents, and a site investigation to confirm locations, sizes and capacities of utilities and to verify the exact location and appropriate architectural features for the renovation of the existing buildings. Generate an Investigative Services report with a plan that nails down the building deficiencies, the proposed building systems (HVAC, plumbing, electrical, telephone, alarms, etc) which corrects the deficiencies, and the phasing to accomplish the work. Address and acquire any permits required by Maryland Department of the Environment and any waivers required by the Maryland Historic Trust. Construction Documents to include the following Maryland Historic Trust (All phases of design must comply with the Maryland Historic Trust and their recommendations), Electrical (as determined by review of existing drawings plus field verification), Mechanical (as determined by field survey as well as existing drawings and field verification), Fire Protection (fully protected with sprinkler systems and fire alarm equipment. The buildings are to have a fire alarm system connected to the existing plant alarm system and programmed to signal the Fire House on site in the event of alarm or trouble as per NFPA requirements. Complete sprinkler systems are to be installed in each building), Architectural (interior and exterior is to match as closely as possible to the time period in which the building was constructed. The interior is to comply with NFPA 101 Life Safety code as well as VA design guide for Domiciliary), Plumbing, LEED (Design elements to qualify for LEED Certified, with no formal certification required. Documents shall be based on the USGBC LEED measurements and the VA Sustainable Design and Energy Reduction Manual), Energy (Design is to comply with the following regulations: Executive Order 13514, PACT 2005, EISA 2007, VA HVAC Design Manual), and Commissioning (A/E to provide third party commissioning services on all major mechanical and electrical components). Construction Period Services: Provide review of submittals, responses to Requests for Information (RFI), site visits for pre-bid conference, pre-construction conference, progress inspections and final inspection, commissioning, elevator inspection by a certified elevator inspector (if an elevator is needed), 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 mile 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: Christine Hernandez, VA Medical Center, Boiler House Road and 6th Street, Building 101B, Room 10, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM (EDT), July 30, 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. 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 Christine Hernandez, 410-642-2921, or christine.hernandez@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24510RP0184/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Maryland Health Care System;Perry Point, MD
Zip Code: 21902
 
Record
SN02194556-W 20100703/100701235629-66fdfd192df2db66b162fc04acc5e7ca (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.