Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
DOCUMENT

C -- A/E SERVICES - CASI SITE PREP DESIGN - Attachment

Notice Date
4/25/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;National CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
VA77017R0279
 
Archive Date
5/25/2017
 
Point of Contact
Joetta M. Eagle
 
E-Mail Address
Contracting Officer
(Joetta.Eagle@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Provide Architect Engineer (A/E) services for Project Number 765-16-02, CASI Site Prep Design, Phase II, at the Great Lakes Consolidated Mail Outpatient Pharmacy, 5th Ave & Roosevelt Road, Hines, IL. Services to develop complete construction drawings, specifications, phasing plan for each area, construction cost estimate, and construction period services. The construction will be accomplished through a competitive bid process. There will be a total of 120 days for Design; additional time for Construction period Services. Disciplines shall include but are not limited to civil, architectural, mechanical, plumbing, electronics, fire safety protection, electrical, and structural. The project consists of the following tasks and phases; however, the descriptions are not all inclusive: Demo Existing Production and Mezzanine - Develop plans to remove existing production equipment. The entire production space is approximately 32,400 SF, with the production equipment itself encompassing approximately 12,100 SF. Permanent Warehouse Provide a design to evaluate and install utilities, security, and fire protection, particularly sprinkler layout and coverage as well as riser capacity. The space is approximately 34,200 square feet with a 24 foot ceiling height. PIV Room - Evaluate and renovate room to meet PIV room security compliance IAW VA Handbook 0730/4-2013. AFGE Office - Renovate and design current lactation room for future AFGE office. Lactation Room - Renovate the existing PIV room for a lactation room. The room shall be planned for two occupants. Exercise Room - Design a new exercise room where the Conference/Training room is currently located. Loading Dock - The Shipping and Receiving docks will need to switch locations after the new production system is installed to accommodate the new material flow. Both are interior to the building. The existing Shipping dock will need to be extended approximately 35 feet. Replenishment Room - The space is approximately 3,136 square feet; develop a design to prepare the existing space for the new equipment and workstations. IT and Security Infrastructure - Relocate all equipment and infrastructure for card access, security cameras, intrusion detection and IT to the new server room. HVAC - Investigate the capacity of the new warehouse and production space in comparison to the existing loads. Life Safety Drawings - provide a Fire Protection Engineer to develop life safety drawings for the entire CMOP space, including Warehouse, Storage, Production, and Admin. Swing Space Storage - approximately 18,750 SF (150 x 125 ) shall be converted to a permanent storage room. The A/E shall demonstrate his/her qualifications and the qualifications of each consultant with regard to the published evaluation factors for design and option services. Evaluation factors are of equal importance. Evaluation criteria includes: (1) Professional qualifications of staff assigned to this project including consultants; (2) Specialized experience and technical competence in health care facilities design. Prior experience should include, at a minimum, completion of similar projects; (3) Capability and commitment of firm to accomplish the design work within the required timeframe; (4) Past performance on recent contracts with Government agencies (emphasis on VA work) and private industry in terms of cost-effective design, estimating, quality of construction documents, compliance with design schedules, change orders and claims; (5) Explain specific internal quality control measures. Firm will be evaluated on the acceptability of their internal quality control program used to assure technical accuracy and discipline coordination of plans and specifications; (6) Geographic proximity to project site and knowledge of locality of the project; (7) Capability of and commitment to provision of accurate professional services during the construction period, including timely replies to RFIs, review of submittals and shop drawings, periodic construction inspections and ability to produce construction documents using AutoCAD release 2015, or later, software. The requirement will be procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6 and VAAR Part 836.6. The applicable NAICS code is 541330 and the small business size standard is $14 Million. Potential contractors must be registered in the System for Award Management (SAM) at www.sam.gov and visible/certified in Vet Biz at www.vetbiz.gov at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting Standard Form (SF) 330, Architect-Engineer Qualifications, packages are required to indicate how their firm can meet this requirement, either with in house personnel or subcontracting to other SDVOSB. This is a firm fixed-price contract. The estimated construction cost for this procurement is between $1 and $5 Million. Firms that meet the requirements listed in this announcement are invited to submit SF 330 s (Parts I and II) to Joetta Eagle, US Department of Veterans Affairs, CMOP Acquisition Division NCO15, 3450 S. 4th St. Trafficway, Leavenworth, KS 66048, by 3:00 PM local time on Wednesday, May 11th, 2017. Fax copies of SF330 s will not be accepted. However, emails may be sent to Joetta.Eagle@va.gov, which shall be titled: CASI SITE PREP DESIGN 330 s COMPANY NAME. Late responses will be handled in accordance with FAR Subpart 15.208. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/19de920638d343480b103fe300736f4f)
 
Document(s)
Attachment
 
File Name: VA770-17-R-0279 VA770-17-R-0279.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3444399&FileName=VA770-17-R-0279-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3444399&FileName=VA770-17-R-0279-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04484066-W 20170427/170425234240-19de920638d343480b103fe300736f4f (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.