Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
DOCUMENT

C -- 5 WEST RENOVATION - Attachment

Notice Date
12/13/2010
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24411RP0053
 
Archive Date
3/13/2011
 
Point of Contact
MIKE WHHITE
 
E-Mail Address
L.WHITE9@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: - The Wilmington Veterans Affairs Medical Center (WVAMC) is seeking Service Disabled Veteran Owned Small Businesses (SDVOSB) Architect and Engineer (A&E) firms. The A&E firm must be approved under NAICS Code 541310 Architectural Services, with a small business size standard of $4.5 million capable of preparing all design documentation associated with project #460-11-130, 5 WEST RENOVATION. The selection process will be in two phases. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms by reviewing all submitted compliant Standard Form 330s, ARCHITECT ENGINEER QUALIFICATIONS and utilizing evaluation factors that include: I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; See attached A/E INTERVIEW SCORE SHEET. Phase II shall consist of an interview and presentation by firms selected to advance from Phase I. Phase II of the evaluation process will result in a narrowing of one firm based on evaluation factors that include I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; VI- Project Control; VII- Estimating Effectiveness; VIII- Miscellaneous Experience & Capabilities; IX-Awards; X Insurance and Litigation; See attached A/E INTERVIEW SCORE SHEET. Interview date and times will be determined after completion of Phase I and the A/E firms advancing to Phase II shall be notified of the date and time of their interview and presentation. An A/E design package including Statement of Work (SOW) along with a Request for Proposal (RFP) will be issued to the offeror that is determined to be the best qualified to complete this project. The RFP shall be completed and returned for a price evaluation. PARTIAL SOW RFP WILL INCLUDE COMPLETE SOW GENERAL: This project is located within the Wilmington VA Medical. It involves all design work and phasing to: 1.Completely renovate the West Wing of the 5th floor and as much of the central core as has not been renovated by the 5 East Renovation project. For preliminary estimation assume 12,000 square feet. SPECIFICS: 1.The West wing of the 5th floor is currently a mixture of office and clinical space. The new occupancy after renovation will be for the Eye Clinic and any space left over will be given to specialty clinics. 2.The East wing of the 5th floor is being renovated under another project. This project is to include as much of the central core of the 5th floor as is necessary to finish renovating the entire 5th floor. 3.This project is to be a complete renovation including all utilities, floor plan for new occupancy use, and surface finishes. 4.This project is to replace the windows in 5 West with new windows which are the same type and style as the windows chosen for a Wilmington window replacement project that is currently under design. If the window project is not funded, the existing windows are to be renovated as necessary. 5.The A/E work includes meeting with VA staff and planning an efficient and functional space within VA guide lines. 6.The interior design is to be closely coordinated with the VA Environmental Management Service (EMS). 7.The A/E is to design and show infection and dust control measures. 8.The A/E is to asses and design any asbestos abatement such as pipe lagging and floor tile and mastic. 9.The A/E will provide a copy of the 75% design to an independent Fire and Safety firm designated by the VA for review and incorporate its finding in the 100% design. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.va.gov/facmgt/standard. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications. EXPECTATION: A/E will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Provide any civil, structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to insure the accuracy of the design. Prepare any measured drawings of existing systems of facility required to insure the accuracy of the design. Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified. Provide a CIH to evaluate the impacted building areas for lead based paint. Exterior window frames have not been tested for lead based paint, but exterior doors have and several did test positive. Final construction documents shall include multiple bid alternates totaling 20% of the total projected construction cost. The Preliminary Construction cost estimate for this project has been calculated to be SIX MILLION DOLLARS ($6,000,000.00). Interested firms shall be registered with the Central Contractor Registration (CCR), Vendor Information Pages (VIP), and On Line Representations and Certifications (ORCA) web sites. In addition, interested vendors shall be located close enough to the WVAMC to respond to a site visit request within forty-eight hours after receipt of the request. SF 330 package submissions shall indicate FOR OFFICIAL USE ONLY . The package shall be clearly marked STANDARD FORM 330 ARCHITECT ENGINEER QUALIFICATIONS FOR - RFP VA-244-11-RP-0053, 5 WEST RENOVATION (Attention: Mike White) .Interested vendors shall submit five (5) copies of STANDARD FORM 330 ARCHITECT ENGINEER QUALIFICATIONS by mail to: WILMINGTON VETARAN AFFAIRS MEDICAL CENTER ATTN: MIKE WHITE - ANNEX BUILDING 1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805. SF330 packages may be hand delivered to: Department Of Veteran Affairs ATTN: MIKE White 20 Montchanin Road Greenville, De 19807-2160 Packages must be received by the WVAMC by mail or hand carried no later than 4:00 PM Eastern Standard Time on January 27, 2011. E-mail and fax SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Mike White at Michael.white9@va.gov. Insert VA244-11-RP-0053, 5 WEST RENOVATION in the subject line when sending e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24411RP0053/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-RP-0053 VA-244-11-RP-0053_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166187&FileName=VA-244-11-RP-0053-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166187&FileName=VA-244-11-RP-0053-000.doc

 
File Name: VA-244-11-RP-0053 SCORING SHEET SHARE WITH CONTRACTORS.XLS (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166188&FileName=VA-244-11-RP-0053-001.XLS)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166188&FileName=VA-244-11-RP-0053-001.XLS

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02343364-W 20101215/101213234109-c4f7bdb7f13e9713ade0b79e8306b77f (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.