Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

C -- Renovation of the Slab in CL06 as well as the design of the mechanical and electrical to support a walk in freezer 528A7-17-720 - Attachment

Notice Date
5/24/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;800 Irving Ave;Bldg 2 Rm D02;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA24217R0568
 
Response Due
6/7/2017
 
Archive Date
9/14/2017
 
Point of Contact
Sandra L Fisher
 
E-Mail Address
25-4694<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Medical Center, Syracuse, NY intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for The Renovation of the Slab in CL06 as well as the design of the mechanical and electrical to support a walk in freezer 528A7-17-720 utilizing a short-list selection as defined in FAR 36.602-5(a). This is a 100% total service disabled veteran owned small business (SDVOSB) set aside. SDVOSB Firms with an SF330 on file within the past twelve months and within a 300 mile radius to the Syracuse VAMC are being considered. Location will be measured on google maps using the measure distance feature from the prime designer s address listed in Vetbiz to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Sandra.fisher3@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, or you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Sandra.fisher3@va.gov by 4:30 PM EST 7 June 2017. This project will include but is not limited to the following: BRIEF PROJECT DESCRIPTION This project is to replace an approximate 18 2 x 12 5 section of concrete slab located in the Basement of the Syracuse VA Medical Center room CL06. The A/E Firm shall detail the demolition of the existing 1898 vintage walk-in freezer in their plans. The A/E Firm shall design the slab to support the weight of a walk-in freezer and all of its components. As well as design the connection of the mechanical and electrical support systems to the existing infrastructure of the VA Medical Center. The connections will be made in compressor rack located across the hall in room CL09. The A/E Firm shall deliver a set of specification describing the walk-in cooler that the slab can support. The anticipated period of performance for the design is 180 days from contract award. EXISTING CONDITIONS Although no asbestos containing material is anticipated, the A/E Firm will be required to take samples from the walls and floors to confirm that no residual asbestos is present. The Engineering scope is primarily structural in nature with some mechanical and electrical components. Damage to the slab results in years of condensation due a vintage 1989 walk-in freezer, the slab underneath has experience spalling. The bottom portion of the slab is exposed and accessible in the Sub-Basement of the facility. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. The estimated construction magnitude for this project is between $100,000 and $250,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $15 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA24217R0568/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-R-0568 VA242-17-R-0568.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525370&FileName=VA242-17-R-0568-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3525370&FileName=VA242-17-R-0568-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04520382-W 20170526/170524235015-1ccf3ceceaf8238b6329f0b73fd2c071 (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.