Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

C -- Architect and Engineering Services for Construct Endoscopy and Central Processing

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA-260-10-RP-0288
 
Response Due
2/23/2010
 
Archive Date
5/24/2010
 
Point of Contact
Grant FurulieContracting Officer
 
E-Mail Address
Contract Specialist
(grant.furulie@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Provide multi-discipline Architect-Engineer (AE) services for design and other supporting services for the project entitled, Construct Endoscopy and Central Processing located at the Department of Veterans Affairs Medical Center in Spokane, Washington. Work will include, but not limited to, the completion of design development and working drawings and specifications for the construction of two new second floor additions to Building One. This will relocate the Endoscopy/GI Suite from the sixth floor, to a roughly 6000 square foot second floor addition above main entrance of building 1; and, Supply, Processing and Distribution (SPD) relocated from eighth floor to a 9000 square foot second floor addition above a newly constructed Specialty Care/Pharmacy addition. Project will include the remodel of 1200 square feet of existing space in Building 1 as part of the interface between existing and new construction, as well as expansion of the lab into a portion of 9000 square feet addition. Additional requirements include: 1) analyze existing utility capacities of existing campus to support the new addition. Utilities to be analyzed include, but are not limited to water/waste, power, heating/cooling, and communications (including data management) and to provide a written report of findings including recommendations for any identified deficiencies and estimated associated costs. 2) Phasing and coordination of construction and relocation as required minimizing the impact of the construction/relocation process, and access and operation of the Medical Center. 3) Evaluate existing and future Endoscopy, SPD, and laboratory space and equipment requirements to be used within the new space. This evaluation to be based on work flow, work volume, and research of VA program space requirements. It will be the responsibility of the A/E resources to develop a schematic design utilizing a space program developed by the A/E and approved by the user group. Provide written report of findings including recommendations and preliminary schematic costs. 4) Existing 9000 SF Pharmacy/Specialty Care building was designed for second floor addition. A/E will perform structural review to verify design for second floor addition. Design of second floor over main entrance will require verification of specific space program for Endoscopy to determine minimum square footage requirements. The available square footage directly above is estimated at approximately 5000 SF; which is less than the anticipated 6000 SF required. A/E will evaluate the structural requirements for the second floor; and prepare a minimum of three alternatives using an over build to achieve required SF. Services will be for structural, architectural, mechanical, electrical, plumbing and fire protection engineering. The work includes, but is not limited to, all aspects of professional design services including the preparation of plans/drawings, system/interior design, drafting services, estimating, specifications, and performing site investigations. One AE firm will be selected from this solicitation. The selection criteria for this particular project are listed in descending order of importance: (a) Professional qualifications necessary for satisfactory performance of required services and specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; (b) Specialized experience and technical competence in the type of work required, including, where appropriate, Medical Facility design and process, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (c) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness, and record of significant claims against the firm because of improper or incomplete architectural and engineering services; (d) Location in the geographic area of the project and knowledge of the locality of the project (within 100 miles of VAMC in Spokane, WA). (e) Capacity to accomplish the work in the required time; North American Industry Classification System (NAICS) code is 541310 and the size standard is $4.5 million. AE Firm's office submitting the SF330 must be within 100 miles of the VAMC in Spokane, Washington. This announcement is open to all businesses regardless of size. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. In addition, prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). Qualified firms desiring consideration shall submit three hard copies and one electronic copy on a CD-Rom in a single.pdf file format of a SF330 - Part I and Part II to the address listed in the announcement by February 23, 2010. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. AE Firms having an SF330 on file with the VA are still required to submit a current SF330. This is not a Request for Proposal. No material, solicitation package or bidder/plan holder list will be issued. No additional project information will be given to AE firms. Phone calls are discouraged unless absolutely necessary. Submittal by fax or e-mail will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA-260-10-RP-0288/listing.html)
 
Record
SN02047443-W 20100124/100122235115-0c4a562df1e200943fddc8f757b075ee (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.