Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2017 FBO #5524
DOCUMENT

C -- AE request - Attachment

Notice Date
1/5/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Network Contract Manager;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26317N0235
 
Response Due
1/30/2017
 
Archive Date
4/30/2017
 
Point of Contact
Allen D Brown
 
E-Mail Address
4-2159<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Minneapolis VA Health Care System, located at 1 Veterans Drive in Minneapolis, MN 55417, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 618-17-127, Renovate Inpatient Mental Health Ward, The project will include design work for the preparation of 100% complete working drawings and contract documents using VA Master Specifications to complete the following: Background The existing inpatient Mental Health (MH) unit (1K) is comprised of 24 inpatient beds in multiple occupancy bed rooms, with shared bathrooms. Existing hospital wards 1L and 1K were originally constructed for inpatient beds and administrative offices and have not been renovated beyond minor cosmetic changes since the original construction. Design Intent The new Inpatient Mental Health (MH) Unit will be renovated in two distinct phases over a two year period. Phase one, (approximately one year, 12,000 SF) includes: the renovation of 1L as a temporary inpatient MH unit with single and double occupancy rooms and maintains a bed census of 24 beds. Phase two, (approximately one year, 15,000 SF) includes: the renovation of 1K and 1H to all private rooms and retains the renovated private rooms of 1L as a permanent inpatient MH unit. Design time completion: 190 working days from NTP. This procurement is Set- Aside for Service Disabled Veteran Owned Small Business that are registered and certified in the VIP database and is restricted to firms located within a 300-mile radius of Minneapolis VAMC Minneapolis MN 55417. The 300-mile radius will be determined using maps.yahoo.com.   NAICS Code 541310, Architectural Services, is applicable to this procurement. Service Disabled Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications.    The size standard for a firm to be considered a small business is $7.5 million average annual receipts for preceding three years. Estimated construction cost range is between $5,000,000 and $10,000,000. A firm-fixed-price contract will be negotiated. RFI VA263-17-N-0235 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement.   Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602- The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed Team, 4) Location and Facilities of Working Offices, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 10) Awards, and 11) Insurance and Litigation. All responding firms, are required to submit one completed original and one electronic copies of Standard Form 330 Architect-Engineer Qualifications to: Network 23 Contracting Office, Attn: Allen Brown (90C), 708 South 3rd Street, Minneapolis, MN 55415, by January 30, 2017 no later than 2:00 p.m. (Local Time),  Forms can be downloaded from the GSA Forms Library at:     http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 Potential contractors must be registered in SAM (www.sam.gov) at the time of submission of their qualifications in order to be considered for award. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED.       THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT.      Award is contingent upon the availability of funds.  Faxed or emailed documents will NOT be accepted.         All information must be in original/hard form and CD. Inquiries may be submitted to the Contracting Officer by email at allen.brown1@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26317N0235/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-N-0235 VA263-17-N-0235_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3195865&FileName=VA263-17-N-0235-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3195865&FileName=VA263-17-N-0235-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04364244-W 20170107/170105234319-084722051f0265c74dd4bc5cf567cbdb (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.