DOCUMENT
C -- Bldg 2 Entrance Improvements & Renovations Projects 529-12-104 & 529-12-107 - Attachment
- Notice Date
- 3/14/2012
- 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
- VA24412R0380
- Response Due
- 4/16/2012
- Archive Date
- 7/15/2012
- 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 529-12-107, Renovate Building 2 and Project 529-12-104 Building 2 Entrance Improvements. 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 (if required). SPECIFIC TASK: 1. Renovate Building 2-Project #529-12-107-Renovate and provide new support space for CLC. Work will include creating a Main Kitchen along with support elements, entrance and egress modifications, loading and unloading area. Mechanical systems alterations and additions in support of the mission for this building. Current Building 2 space is approximately 27, 000 SF. New design shall be to provide an additional 5,000 new SF and reorganize the existing 27,000 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; Kitchen preparation and or catering service use; Freezer, Cooler, dry food storage as applicable; Loading and Receiving area; Recreational Therapy; Physical Therapy; Administrative space for the VA Police as required. Mechanical systems shall utilize campus networks when feasible to support the new facility. Work shall include but not limited to: Site Surveying, 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. 2.Building 2 Entrance Improvements-Project #529-12-104- Site modifications may include but not limited to site engineering, medical gas storage removal and or relocation, patient smoke shelter removal and replacement, public recreation space modifications, landscaping and landscape architecture. Road work, storm piping, power, communications, water service, gas service, hot water, chilled water and steam services all must be reconfigured in preparation for two follow on projects. One being 529-12-107 Renovation of Building 2 and the other being 529-12-103 Demolition of Building 1. Demolition of the connecting corridor between buildings one and two or portions there-of along with site utility reconfigurations will be necessary to reconfigure Building 2 to support the new CLC after HCC is constructed and Building 1 is demolished. 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 150 days from receipt of notice to proceed for both projects. 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 and in house capabilities. Previous Experience of proposed team-renovation experience. Location and Facilities of Working Offices - Prime Firm, Consultants. Proposed Design Approach for this Project - Proposed Design Philosophy, Anticipated problems and potential solutions and sustainable design. Project Control - Techniques planned to control the schedule and costs, personnel responsible for schedule and cost control and 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 $1,000,000.00 and $5,000,000.00. 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 16, 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/VA24412R0380/listing.html)
- Document(s)
- Attachment
- File Name: VA244-12-R-0380 VA244-12-R-0380_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307736&FileName=VA244-12-R-0380-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307736&FileName=VA244-12-R-0380-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-12-R-0380 VA244-12-R-0380_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307736&FileName=VA244-12-R-0380-000.docx)
- Record
- SN02696450-W 20120316/120314235029-65027d4016a8fad83d0272af95ee081c (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 |