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
AWARD

C -- Upgrade IT infrastructure

Notice Date
7/1/2010
 
Notice Type
Award Notice
 
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
VA25110RP0065
 
Archive Date
7/29/2010
 
Point of Contact
Joe H Embry
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Award Number
VA251-P-0744
 
Award Date
6/29/2010
 
Awardee
DICLEMENTE SIEGEL DESIGN INC.;28105 GREENFIELD RD;SOUTHFIELD;MI;480763046
 
Award Amount
$406,260.00
 
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, Danville, IL 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. 506-10-116 Upgrade IT Infrastructure. The A/E shall design a complete construction document package, ready for construction bidding, for the Upgrade to the Information Technology (I.T.) Infrastructure at the VA Medical Center, 2215 Fuller Rd, Ann Arbor Michigan, 48105. The A/E shall include the following in the design effort: "Gather initial information on the existing conditions and use that information in the development of a schematic plan for I.T. infrastructure at the facility. The A/E shall meet with occupants of the area through meeting or other methods and obtain operational needs. The A/E shall consolidate the needs into an overall scheme and produce a master plan of the overall area. "A major area of concern is the fiber backbone of the Information Technology I.T. system along with the fiber and Cat 6 distribution and I.T. closets throughout. This is coupled with the need to evaluate equipment associated with the system. "Produce schematic level submission with possible alternatives. The primary objective of the project is the upgrade of the I.T. infrastructure. The A/E shall proceed with the alternative selected by the VA and shall instruct the VA when working budget is not reasonable. "Produce construction documents for bidding after approval of schematics. "Provide construction period services to include submittal review, changes and RFI review, inspection services, and final inspection services. The A/E shall include all aspects of the design from structural, architectural, mechanical, electrical, fire protection, interior design and all other aspects of the design to result in a complete and usable facility. The designer shall adhere to current codes and standards with special emphasis on the goals related to LEED and Green facility design, Plain Tree Model, and energy conservation. The A/E shall provide a narrative on these goals in relation to their design. The A/E shall provide a narrative on existing service impact and any phasing necessary to maintain existing operations during construction. Additionally, the A/E shall provide in the design, staging and construction impact on the general VA operations. Design Time Completion: 145 calendar days from NTP. This procurement is full and open competition and is restricted to firms located within a 150-mile radius of Ann Arbor Michigan. 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 $2,000,000 and $5,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA-251-10-RP-0065 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 Ann Arbor MI); 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 January 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/Awards/VA251-P-0744.html)
 
Record
SN02194847-W 20100703/100701235900-d36c42b6d2ff07a8a349b326fc22b676 (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.