Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
DOCUMENT

C -- Intensive Care Unit Design Minor: Project 654-412 - Attachment

Notice Date
5/16/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (NCO 21);VA Sierra Nevada HealthCare System;975 Kirman Ave;Reno, NV 89502
 
ZIP Code
89502
 
Solicitation Number
VA26112R0684
 
Response Due
6/19/2012
 
Archive Date
9/26/2012
 
Point of Contact
Rusty Stevenson
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs VA Sierra Nevada Health Care System, Reno, NV(VASNHCS) is seeking Architectural/Engineering (AE) Firms to submit Standard Form (SF) 330 for Project 654-412, Design for Renovating Ward 2C for Intensive Care Unit on the 2nd Floor of Building 12 at the VASNHCS located at 975 Kirman Ave., Reno, NV. It is the intent of the VA to award a single firm fixed price contract. AE firm will provide schematic designs, medical planning, interior design, design development, construction documents and construction period services for the design of Ward 2C to house the facility's Intensive Care Unit (ICU). Design shall include complete architectural, structural, mechanical, plumbing, electrical, life safety and telecom drawings and specifications. Prime AE firm shall have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields to include: Architectural, Civil, Interior Design, Structural, Mechanical, HVAC, Plumbing, Electrical, Medical Planning, Fire Life Safety, Sustainability (LEED Silver Certification), Security, IT/Data, Construction Cost Estimating, Signage/Way-Finding. A total of four (4) copies of SF-330, Parts I & II shall be submitted and, may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant ™s office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Evaluation factors include: (1) Past Experience of the firm and its proposed designers; (2) Specialized Experience and Technical Competence in the design of Intensive Care Units (3) Capacity to accomplish the work in the required time; It is anticipated design time from award to completion will be on/about 8 months. (4) Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) Geographical location (firms are restricted to a 150 mile radius of the Reno VA facility) and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Firms that meet the requirements described in this announcement are invited to submit required SF 330 ™s by close of business June 19, 2012, to the following: THREE (3) hard copies are to be sent to Rusty Stevenson, Network Contracting Office, Building ME-1, VA Sierra Nevada Health Care System, 975 Kirman Avenue, Reno, NV 89502. ONE (1) Electronic copy sent to Rusty Stevenson, Contract Specialist, at Rusty.Stevenson@va.gov. There will be an informational meeting at the VA Sierra Nevada Facility on June 5, 2012, from 10:00 “ 11:30AM in the Tahoe Room, 4th Floor, Building 1, Center Wing. Project scope will be discussed and a site visit may be conducted. Questions regarding the solicitation and project shall be directed, in writing, to the Contract Specialist; Mr. Rusty Stevenson, via E-mail to Rusty.Stevenson@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation (VA-261-12-R-0684). Interested firms shall be located within a 150 mile radius of the VASNHCS. This solicitation is unrestricted. Should a Large Business be considered for award, a subcontracting plan shall be submitted with price proposal. Subcontracting plan will have to be approved prior to award. Agency goals for this procurement are as follows: 3% for Service Disabled Veteran-Owned Small Businesses; 5% for Veteran-Owned Small Businesses; 5% for Small Disadvantage Businesses; 3% for Hubzone Small Businesses; 5 % for Women-Owned Small Businesses and; 17.5% for Small Businesses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112R0684/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-12-R-0684 VA261-12-R-0684 PRE SOLICITATION NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=342566&FileName=VA261-12-R-0684-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=342566&FileName=VA261-12-R-0684-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02749437-W 20120518/120516235713-83116a50ce51a057365619ff59398e25 (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.