Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
DOCUMENT

C -- New Parking Garage, Project #556-305 - Attachment

Notice Date
3/30/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;3001 Green Bay Road;North Chicago, IL 60064-3043
 
ZIP Code
60064-3043
 
Solicitation Number
VA69D16B0640
 
Response Due
4/29/2016
 
Archive Date
6/28/2016
 
Point of Contact
donna.hirth@va.gov
 
E-Mail Address
Donna Hirth, Contracting Officer
(donna.hirth@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is not a request for proposal. This announcement is being issued to request two (2) copies of an SF 330 from qualified and eligible 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS (SDVOSB).The Captain James A. Lovell Federal Healthcare Center (FHCC), North Chicago, IL is seeking professional Architect/Engineering (A/E) services related to the study and design of a new parking garage (Project #556-305). The consultant shall provide all architectural and engineering services to provide Schematic Design, Design Development, Construction Documents and Construction Administration phases of design for the New Parking Garage. The FHCC has identified 2 possible locations on their West Campus where they would like to have the parking garage constructed. The locations are indicated according to preference. The Green House Nursing Home Facility design will accommodate approximately ten (10) nursing home residents, and shall consist of approximately ten thousand (10,000) square feet. This unit will be constructed on a site where four other nursing home units that have already been built. The new home shall be similar in layout and floor plan to the current homes with minor modifications as requested and required during the different design phases. A few of these modifications may include redesign of common areas to accommodate additional storage space and the creation of a housekeeping closet. Provide any additional investigation and planning to complete the development of the site. Location 1: Site of the existing Building 11 The building and adjacent parking lot would be available as indicated on the site plan. This site is the preferred location because it would allow the users to access the pedestrian tramway directly from the parking garage. Use of this site would require demolition of the Building 11, which should be included with this design option. No CAD drawings exist for Building 11. Existing landscaping is not required to be salvaged. Extensive utility relocation would be required. The contractor's laydown area would have to exist within the boundaries of the site. Location 2: Site of the existing Parking Lot G The parking lot would be available as indicated on the site plan. This site is the less preferred location because it is isolated. The parking lot was constructed in 2009. Drawings and specifications are available. The contractor's laydown area would have to exist within the boundaries of the site. FHCC currently has a 4-story parking garage on its West Campus as indicated on the site plan. This parking garage (Parking Garage 195) should be used as a basis of design. This Parking Garage was constructed in 2009. Drawings and specifications are available. The awarded A/E firm will develop standard construction documents for bidding and construction by a qualifying general contractor. The funding for construction of the new parking garage is fixed. It will be the responsibility of the A/E to design to that budget but allow for the full design to be completed at a later date if necessary. Therefore, phased construction should be factored into the design. The consulting A/E firm will also provide construction period administration services. All services related to the Statement of Work (SOW) shall meet local, state, federal, Department of Defense (DOD)/Department of Navy (DON), Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN), Architectural Barriers Act Accessibility Standards (ABAAS), National Fire Protection Association (NFPA), Life safety codes and directives. This request for SF330 is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms. A/E firms must be registered at www.sam.gov and www.vetbiz.gov. Please include your firm's VetBiz.gov SDVOSB status verification. Verification must be in effect prior to submitting SF330's. Following an evaluation of the qualifications and performance data submitted, three firms that are considered to be the most qualified to provide the type of services required will be chosen for interview. The A/E must be located within a 200 mile radius of the Captain James A. Lovell Federal Healthcare Center (FHCC), North Chicago, Illinois. The 200 mile radius will be determined using the following website: http://www.freemaptools.com/raius-around-point.htm. Prospective firms are reminded that as per FAR 52.219-14: By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Interested A/E firms, which meet the requirements listed in this announcement, must submit two (2) original hard copies and one (1) electronic copy (CD media only - No flash drives) of the completed Standard Form (SF) 330 no later than close of business (4:30 PM CST) Friday, April 29, 2016. Complete SF330 Packages are to be emailed to: Department of Veterans Affairs Captain James A. Lovell Federal Healthcare Center Great Lakes Acquisition Center (GLAC), Southern Tier Construction Team ATTN: Donna Hirth (VA69D-16-B-0640) Building 1, Room 329 North Chicago, IL 60064-2226 Email address for point of contact: donna.hirth@va.gov The NAICS is 541310 and the Small Business Standard is $7.5 million. No bid packages are available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16B0640/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-B-0640 VA69D-16-B-0640.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2645919&FileName=VA69D-16-B-0640-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2645919&FileName=VA69D-16-B-0640-000.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: Department of Veterans Affairs;Captain James A. Lovell Federal Health Care Center;3001 Green Bay Road, Bldg. 1;North Chicago, Il 60064-3043
Zip Code: 60064-3043
 
Record
SN04066765-W 20160401/160330234220-052dc83bfde274826c36b5536a5f30b4 (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.