DOCUMENT
C -- DESIGN - Renovate 8 east - Attachment
- Notice Date
- 10/14/2011
- 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
- VA24412R0007
- Archive Date
- 11/3/2011
- Point of Contact
- MIKE WHITE
- 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 Business (SDVOSB) Architect and Engineer (A/E) firms. The A/E firm must be registered under NAICS 541310 Architectural Services, with a small business size standard of $4,500,000 capable of preparing all design documents and performing all construction period services associated with project; 460-12-301, RENOVATION 8 EAST. The selection process to choose the firm to provide a proposal for this project will be conducted 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 330, ARCHITECT “ ENGINEER QUALIFICATIONS packages, 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 interviews and presentations given by firms selected to advance from Phase I. Phase II of the evaluation process will result in a narrowing of the one to submit a proposal. Phase II 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 for the Phase II portion of the evaluation process will be determined after completion of Phase I. The A/E firms advancing to Phase II shall be notified of the date and time of their interview and presentation. The entire A/E design package will be included in the Request for Proposal (RFP) offered to the A/E firm that is determined to be the best qualified to complete this project after Phase II has concluded. The RFP shall be completed and returned for a price evaluation. The following is a partial SCOPE OF WORK “ GENERAL: This project is located within the Wilmington VA Medical. It involves all design work and phasing to: 1.Completely renovate the East Wing of the 8th floor and half of the central core area. For preliminary estimating purposes assume 8,000 square feet. SPECIFICS: 1.The East wing of the 8th floor is currently used as office space. It has been over twenty years since the area was renovated. Following renovation, the area will be occupied by the Department of Medicine Physicians. 2.This project is to be a complete renovation of the space on 8 East, including abatement of all hazardous materials and demolition of all existing utilities and architectural features (including windows). 3.This project will create a new floor plan designed to provide Physicians with a professional, functional layout from which to conduct business. 4.Sustainable design will be incorporated into the project, with a goal of being able to obtain ścertified ť status using the U.S. Green Building Council ™s, śLEED 2009 for commercial interiors ť as a framework. 5.HVAC equipment shall tie into the existing chilled water and steam systems. HVAC controls shall be integrated into the existing Trane Tracer Summit building management system. 6.The A/E is to plan all phasing of construction work in coordination with Hospital staff in order to minimize interruption to operations. 7.Interior design (finish selection) shall be closely coordinated with the VA interior designer located at VAMC Wilmington. 8.The A/E is to design and show all infection control/dust prevention measures required. 9.Construction Waste Management, Specification 01730 is to be included. 10.Fire Safety Peer Review. Architect/Engineer shall utilize the services of the Network 4 contracted Fire and Safety Engineer to conduct a fire and life safety peer review of the project. The architect/engineer shall provide a complete copy of the 75% document submission to the VA Project Engineer to forward for review. The contracted Fire and Safety Engineer will return comments to both the architect/engineer and the VA Project Engineer prior to the corresponding review meeting. No fee will be charged for this service. NIKA Kabir Chaudhary 11400 Rockville Pike Suite 505 N. Bethesda, MD 20852 (301) 770-3520 All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications. 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 TWO MILLION NINE HUNDRED THIRTY THOUSANDEIGHT HUNDRED THIRTEEN DOLLARS ($2,930,813.00). Interested firms SHALL be registered with the Central Contractor Registration (CCR), Vendor Information Pages (VIP), and On Line Representations and Certifications (ORCA) web sites at time 330 Packages are due to the Wilmington VA Medical Center contracting office. All Joint Ventures shall also be registered in the aforementioned website at the time 330 Packages are due to the Wilmington VA Medical Center contracting office. In addition, if awarded a contract, a firm must be able arrive on the WVAMC campus for a site visit within forty-eight hours after the A/E firm receives the request from the Wilmington VA Medical Center. SF 330 package submissions shall indicate śFOR OFFICIAL USE ONLY ť. The package shall be clearly marked śSTANDARD FORM 330 ARCHITECT “ ENGINEER QUALIFICATIONS FOR - RFP VA-244-12-R-0007, RENOVATE 8 EAST (Attention: Mike White) ť.Interested vendors shall submit five (5) copies of STANDARD FORM 330 ARCHITECT “ ENGINEER QUALIFICATIONS. MAIL TO: WILMINGTON VETARAN AFFAIRS MEDICAL CENTER ATTN: MIKE WHITE - ANNEX BUILDING, ROOM 113 1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805. HAND DELIVER TO: DEPARTMENT OF VETERAN AFFAIRS ATTN: MIKE WHITE - ROOM 113 20 MONTCHANIN ROAD GREENVILLE, DE 19807-2160 Packages must be received by the WVAMC contracting by mail or hand carried no later than 4:00 PM Eastern Standard Time on November 14, 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 VA244-12-R-0007; RENOVATE 8 EAST in the subject line when sending e-mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24412R0007/listing.html)
- Document(s)
- Attachment
- File Name: VA-244-12-R-0007 VA-244-12-R-0007_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=266173&FileName=VA-244-12-R-0007-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=266173&FileName=VA-244-12-R-0007-000.doc
- File Name: VA-244-12-R-0007 S01 - SCORING SHEET SHARE WITH CONTRACTORS.XLS (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=266174&FileName=VA-244-12-R-0007-001.XLS)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=266174&FileName=VA-244-12-R-0007-001.XLS
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-244-12-R-0007 VA-244-12-R-0007_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=266173&FileName=VA-244-12-R-0007-000.doc)
- Record
- SN02607505-W 20111016/111014234053-09eabae113a3b596e4edbf1cf9cb8d16 (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 |