Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOURCES SOUGHT

C -- C--A/E SERVICES FOR PROJECT #549-501, TCU EXPANSION

Notice Date
7/23/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs No. Texas Health Care System, Contracting Office, (90C), 4500 S. Lancaster Road, Dallas, Texas 75216
 
ZIP Code
75216
 
Solicitation Number
549-81-04
 
Response Due
8/23/2004
 
Point of Contact
Contracting Officer - Joyce Cadwell, Contract Specialist, Ph:(214) 857-0042, Fx:(214) 302-1416
 
E-Mail Address
Email your questions to Joyce Cadwell
(joyce.cadwell@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
Provide complete Architectural / Engineering services for the design of an new addition consisting of approximately 10,000 square feet and approximately 8,000 Gross square feet Renovation. Construction documents will be developed to accomplish a new approximately 10,000 square foot Hospice Wing and connect it to an existing 1980 structure, Bldg. #60 Transitional Care Unit (TCU) and then renovate the vacated approximately 8,000 square foot space for rehabilitation programs, medical equipment storage, and patient/staff education programs. Design will anticipate future horizontal connection to an approximately 10,000 gross square foot Long Term Spinal Cord Unit. Design shall comply with VA design and construction criteria and standards and with A/E submission instructions. A/E team will include (but may not be limited to) the following disciplines, Architectural, Civil, Structural, Interior Design, Fire & Safety, MEP and construction estimating services. No hazardous materials testing or abatement are anticipated during design or construction phases. Design team will be responsible for direct interface with all VA user groups in development of programming and design. Any testing, (destructive or non-destructive) utility surveys, structural investigations, etc; required for development of design or construction documents will be the responsibility of the A/E. Exchange of electronic design data between the A/E and VA will be necessary during all design phases. Budgetary cost estimates will be required at 35 and 65% submissions. Detailed constructions cost estimates will be required at 95 and 100% submissions. All plans are to be produced in AutoCAD 2002/04 for Windows NT. Design shall be completed within 300 days from Notice to Proceed, excluding government review time. Total project construction cost limitation, including contingencies, is between $1 and $5 million. To be considered for selection, A/E firms must meet the following minimum qualification requirements before evaluation criteria will be applied: A. Previous experience of JCAHO accredited hospitals required. B. Experience, utilizing VA standards and specifications, is required. C. Primary offices of Design firm and consultants are required to be within a 50-mile radius of the VANTHCS Dallas Medical Center location. Upon meeting the minimum qualification requirements, A/E selection will be based on the following criteria: 1. Past experiences and performance in leadership of projects of similar size and complexity, design through construction period services. Provide 2 detailed examples, which clearly indicate the firm?s design and construction period leadership abilities. Include a brief description of work involved, owner information, phone numbers, problems encountered and resolutions, change orders due to design or site conditions, project scheduling performance and cost containment procedures. 2. Proposed teams past working relationship and experience associated with projects of similar size and complexity. Provide 2 detailed examples with owner reference information. 3. Team proficiency in use of VA specifications and standards. Provide details of 2 projects, of similar size and complexity, utilizing VA specifications and standards. Provide owner reference information. 4. Teams adaptability to cope with change during the design process. Provide 2 specific examples of circumstances requiring adaptability in order to accomplish intended goals while meeting changing or unforeseen needs or conditions. 5. Team Quality Assurance procedures and results. Provide details and specifics of the firm and consultants established QA programs and how the programs will be utilized to establish and insure quality of the anticipated project. Include consultant?s procedures and how they will interact with the prime firms program. 6. Procedures and proficiency in developing budgetary and detailed construction cost estimates throughout the design process. Provide 2 examples of projects of similar size and complexity and the results of construction final costs as related to estimated costs. Provide owner contact information. 7. Construction period services. Detail the team?s construction period services abilities and procedures, which will insure prompt design related response during construction. 8. Describe the teams past experiences, methods and procedures for insuring energy efficient designs and the ability to utilize recovered materials. Give 2 specific applications. 9. Provide copies of Errors and Omissions insurance policies. Indicate and describe in detail any individual, consultant or team claims against E&O?s . Criteria 1 through 6 are relatively equal in importance, and are more important that Criteria 7 through 9. In accordance with P.L. 600-656, this acquisition IS NOT restricted to emerging or small businesses. NAICS 2002 Code 541310, Architectural Services, applies to this acquisition and the small business size determination is NTE $4.0 million in average annual receipts over the preceding three fiscal years. Qualified A/E firms, are invited to submit Standard Form 330, Architect-Engineer Qualifications, IN TWO COPIES. Submission should be marked Attn: Joyce Cadwell (90C) at the above address, and is due by 4:30 p.m. local time, 8/23/04. E-mail submissions will not be accepted. This is not a request for proposals.
 
Web Link
RFI 549-81-04
(http://www.bos.oamm.va.gov/solicitation?number=549-81-04)
 
Place of Performance
Address: 4500 S. Lancaster Rd, Dallas, TX
Zip Code: 75216
Country: United States
 
Record
SN00629439-W 20040725/040723212057 (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.