Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2003 FBO #0753
SOURCES SOUGHT

C -- EXPAND SPECIALITY/ PRIMARY CARE CLINIC

Notice Date
12/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Richard L. Roudebush Department of Veterans Affairs Medical Center, (583/90C), 1481 W. 10th Street, Building No. 1, Room A-B040, Indianapolis, Indiana 46202
 
ZIP Code
46202
 
Solicitation Number
583-46-04
 
Response Due
1/16/2004
 
Point of Contact
Point of Contact - Susan Malafarina-Wallace, Contract Specialist, (317) 554-0265, Contracting Officer - Susan Malafarina-Wallace, Contract Specialist, (317) 554-0265
 
E-Mail Address
Email your questions to Susan Malafarina-Wallace
(susan.malafarina-wallace@med.va.gov)
 
Description
Richard L. Roudebush VA Medical is soliciting for the services of an Architect/Engineer (A/E) firm for Project No. 583-321, Expand Specialty/ Primary Care Clinic. The area of consideration is restricted to firms qualifying as small businesses located within a 125 mile driving distance of the VA Medical Center Indianapolis, 1481 West 10th Street, Indianapolis, IN 46202 as determined by Yahoo Maps Driving Directions. Architectural A/E shall perform the design services for a 24,000 sq ft (2 floors) space atop the newly completed Warehouse. The new Clinic space will be attached at two locations on the second floor level and will need to be designed to meet Life Safety Code requirements for additional floors. Design work includes all Mechanical, Plumbing, Electrical, Landscape, Structural and General Architectural work in phases to maintain the operation of the existing hospital during construction of this new floor. Work will also include the remodeling within the existing hospital building to backfill the spaces, which will be vacated and relocated to the new floor upon completion of new floor. This new floor will be designed to allow the construction of one (1) additional floors (4th) in the future. The existing three (3) elevators in the adjacent D-wing will also have their controls upgraded to handle the expected increase in traffic.A/E shall utilize latest VA design manuals and standards to provide layout for optimal and functional space configurations. A/E shall meet with the VA user group?s (Doppler, Peripheral Vascular, Podiatry, Pharmacy, Ambcare, Mental Health, and Eye Clinic) to discuss layout configurations prior to design development and during each review to facilitate comments into the design drawings. A/E shall design project with energy efficiency and within the construction funding limitations.All new space will be designed in compliance with the Uniform Federal Accessibility Standards (UFAS) current Department of Veterans Affairs Health Care Standards and all applicable codes such as NFPA, JCAHO, NBC, etc. Submittals shall be in quadruplicate along with one additional reproducible copy at each review stage allowing sufficient time for VA personal to review and provide comments. At the final submission A/E shall provide reproducible vellums and a CD-ROM copy of the plans in the latest Auto Cad version VA has available. The A/E shall also provide forty (40) sets of final documents (specifications and drawings) for the prospective bidders. In addition A/E shall provide construction period services and at the completion of construction, A/E shall provide as-built drawings via Auto Cad. Estimated construction cost is between $2,000,000 and $5,000,000. A/E shall provide construction cost estimate?s, submittal tracking log, drawings and specifications at each of the four (4) design reviews. (35%, 75%, 95%, 100%)Required completion time is 150 calendar days after contract award. This procurement is set aside exclusively for small businesses. The applicable NAICS code is 541310 and the small business size standard is $4 million in average annual gross revenue/receipts for the last three (3) fiscal years. In addition to the selection criteria listed in Numbered Note 24, the following selections criteria (in order of importance) will be used: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required (2) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team, (3) Professional capacity of the firm in the designated geographic of the project to perform work (including any specialized services) within the time limitations, (4) Past record of performance on contracts with the Department of Veterans Affairs, (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located, (6) Demonstrated success in the use of recovered materials and achieving waste reduction and energy efficiency in facility design, (7) Inclusion of minority owned consultants and/or women owned consultants. Firms desiring consideration are invited to submit completed SF 254 and 255 to Susan Malafarina-Wallace, Contracting Officer (90C), by USPS or hand carried: Richard L. Roudebush VA medical Center, 1481 West 10th Street, Indianapolis, IN 46202; by Express Carrier: Richard L. Roudebush VA Medical Center, 2601 Cold Spring Rd., Indianapolis, IN 46222; no later than close of business , 4:30 p.m. EST, January 5, 2003. This is NOT a Request for Proposal. See Numbered Note 24.
 
Web Link
RFP 583-46-04
(http://www.bos.oamm.va.gov/solicitation?number=583-46-04)
 
Record
SN00492124-W 20031220/031218211945 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.