Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
DOCUMENT

C -- Grounds Building Project 529-12-111 - Attachment

Notice Date
3/1/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 1;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA24412R0325
 
Response Due
4/3/2012
 
Archive Date
6/2/2012
 
Point of Contact
Linda L Bressler
 
E-Mail Address
282-5532<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA Medical Center, 325 New Castle Rd, Butler, PA is seeking the services of a qualified Architect-Engineer to provide design services for Project 529-12-111, Grounds Building. Design includes but is not limited to Site Investigation - Architectural, structural, mechanical, plumbing, civil and electrical; Soil borings, soil sampling and reports; Asbestos abatement monitoring and sampling; Working Drawings and Specifications; Cost Estimates, and Construction Period Services. Based on the scope of work, field survey, meetings, and construction budget, develop a schedule, specifications and working drawings for renovations/new construction. This work includes electrical, mechanical, architectural, asbestos abatement and site modifications. SPECIFIC TASK: Verify existing equipment and space requirements as provided in Site Plan, and Existing Equipment Storage Building with current status and consider future equipment if any planned in the 5 year plan. Current required space required is approximately 12,600 SF, of which 4,600 SF is existing. New design shall be to provide an additional 8,800 new SF and reorganize the existing 4600 SF in a cohesive manner to achieve the following program requirements. Administrative offices; Employee locker room; Employee break room; Toilet rooms; Mechanical Space; Equipment storage areas; tool storage area; hazardous material storage for small quantity fluids and pesticides as applicable; interior bus storage/wash bay and exterior wash area; Seasonal Storage area. Mechanical systems shall utilize campus networks when feasible to support the new facility and have gray water recovery where possible in support of the wash bays. Work shall include but not limited to: Site Surveying, Soil Boring, Architectural, Structural, Mechanical, Plumbing, Electric, Fire Protection, Communication Design. Complete Demolition and Construction Documents shall be provided for bidding, and construction within budget limitations. Provide 20% bid deducts as required. Design completion time is 120 days from receipt of notice to proceed. A/E shall be within a 250 mile radius of the Butler VA. Short List Criteria: Specialized in-house experience and technical competence of the firm (including a joint venture or association) with the type of services required. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. Professional capacity of the firm to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. Past record of performance on contracts with the Department of Veterans Affairs and/or Government contracts. 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. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Evaluation Factors for interviews: Team Proposed for this Project - Background of the personnel, Project Manager, Other key personnel, Consultants. Proposed Management Plan - Team organization Design Phase Construction Phase. In-House Capabilities. Previous Experience of Proposed Team - Demolition experience. Location and Facilities of Working Offices - Prime Firm, Consultants. Proposed Design Approach for this Project - Proposed Design Philosophy, Anticipated problems and potential solutions, sustainable design. Project Control - Techniques planned to control the schedule and costs, personnel responsible for schedule and cost control, QA process within organization. Estimating Effectiveness - Ten most recently bid projects. Miscellaneous Experience & Capabilities - CADD & other computer applications, Value Engineering & Life Cycle Cost Analyses. Insurance and Litigation - Type and amount of liability insurance carried, Litigation involvement over the last 5 years & its outcome, Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The estimated magnitude of construction is between $500,000.00 and $1,000,000.00. The NAICS code is 541330. Small business size standard for this NAICS code is $4.5 million. This procurement is being set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). THIS IS NOT A REQUEST FOR PROPOSAL. A Firm Fixed Price contract is anticipated. All interested firms are required to submit two recent completed Standard Form SF 330 on or before April 3, 2012, 4:00 PM. SF 330 forms can be obtained at www.gsa.gov. One copy must be electronically submitted as a pdf to linda.bressler@va.gov. Two hard copies (no fax) mailed to Acquisition (101), Attn: Linda Bressler, VA Medical Center, 325 New Castle Rd., Butler, PA 16001-2480, Phone 724-282-5532.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA24412R0325/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0325 VA244-12-R-0325_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302537&FileName=VA244-12-R-0325-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302537&FileName=VA244-12-R-0325-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02686758-W 20120303/120301234903-be5ff37a3c2c69979376dd7bf6165357 (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.