Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2015 FBO #5060
DOCUMENT

C -- 544-16-1-5256-0001 RENOVATE OR SUITE - Attachment

Notice Date
9/29/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24715R1173
 
Response Due
10/29/2015
 
Archive Date
1/27/2016
 
Point of Contact
Robert "Chuck" Holbrook
 
E-Mail Address
776-4000
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: The WBJ Dorn VA Medical Center, Columbia, SC is seeking qualified A/E Firms to furnish professional services for project 544-16-100 Renovate OR Suite. Responses should be submitted on an SF330. Renovate Operating Room Suite The purpose of this project is to design and ultimately renovate the Building 100 (Medical Tower) 4 South Wing at the William Jennings Bryan Dorn VA Medical Center located in Columbia, SC. This project will address the needs of VA patients and employees with improved/modern/enhanced operating rooms. The design developed will provide professional and complete direction (Drawings and Specifications) for the demolition and renovation of this wing to accommodate the re-located clinical service in its entirety. This project, design phase, objective is to interact with the Surgical Team to identify all requirements to incorporate into the construction documents in an effort to improve the space utilization, veteran care efficiency, and provide 'leading edge' surgical technologies; i.e. Hybrid, Robotics, etc. The specific project requirements are to renovate the existing 4 South wing of 15,500 square feet. The design shall include a minimum of 1-Hybrid and 1-Robotic and/or Specialty Surgical suite each to be incorporated into the overall program design. The entire project shall be fully functional and comply with all medical industry codes and requirements. A/E shall provide full and complete renovation design and specifications. Plan layouts shall be recommended by the A/E service with final approval by the VA. Value engineering is encouraged and shall be noted at each design review. The project will include but is not limited to: HVAC, MEP, interior finishes, and individual room layouts. Design Documents shall adhere to all applicable VA standards and specifications and typical Codes. Renovations may be phased to minimize disruptions to the operations of the Medical Center will be based on upcoming design review meeting discussions and current conditions. The Certification & Accreditation requirements do not apply; a Security Accreditation Package is not required. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF330 in the "Find a Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. This project is 100% set aside for service-disabled veteran-owned small business (SDVOSB) concerns and the award of a firm fixed price for this project is anticipated. The NACIS code for these projects is 541310 and the applicable small business size standard is not more than $4.5 million in annual gross revenues averaged over the past three years. Interested parties shall ensure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov, verified as a SDVOSB in VetBiz information pages (VIP) at hrrp://vip.vetbiz.gov and reporting to VETS 100 program at https://vets100.dol.gov.vets100login.htm. SDVOSB verification is mandatory to be considered for award. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the WBJ Dorn VA Medical Center in Columbia, SC. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within a 150 mile radius of the WBJ Dorn VAMC, Columbia, SC. Interested firms shall submit four (4) copies of their SF 330 with appropriate documentation. Offerors opting to mail proposals shall submit proposal packages to the Department of Veterans Affairs. By Mail Delivery: William Jennings Bryan Dorn VA Medical Center Attn: Robert Holbrook, Contract Specialist Bldg 22 Room 3B108 6439 Garners Ferry Road Columbia, South Carolina 29209 By Hand Delivery: William Jennings Bryan Dorn VA Medical Center Attn: Robert Holbrook, Contract Specialist Bldg 22 Room 3B108 6439 Garners Ferry Road Columbia, South Carolina 29209 Firms shall submit proposals not later than 1:30 pm local time, Thursday, October 29, 2015. The A/E selection criteria will include the following elements: (1) Professional qualifications necessary for satisfactory performance of required services. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Design approach, cost and schedule control, and estimating effectiveness. (7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (9) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Firms will be evaluated by an A/E evaluation board, scored and ranked according to score. The three (3) most qualified firms will be invited to interview with the evaluation/selection board and will be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. This is not a request for proposals and no materials will be issued and no solicitation package or bidder/plan holder list will be issued. All questions regarding this announcement must be e-mailed to the contracting office at robert.holbrook3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24715R1173/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-R-1173 VA247-15-R-1173.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2344737&FileName=VA247-15-R-1173-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2344737&FileName=VA247-15-R-1173-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: WBJ Dorn VA Medical Center;6439 Garners Ferry Road;Columbia, SC
Zip Code: 29209
 
Record
SN03907858-W 20151001/150929235335-e2e03dd88d5aa4e7dc365dd9fa2622fb (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.