Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOURCES SOUGHT

C -- ID/IQ A/E Services over $50K for Dayton and Cincinnati, OH

Notice Date
8/30/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 4100 West Third Street, Dayton, Ohio 45428
 
ZIP Code
45428
 
Solicitation Number
552-59-04
 
Response Due
9/29/2004
 
Point of Contact
Point of Contact - Jodi Cokl, Chief, Acquisition Management Section, Ph: (937) 262-3388, Fx:(937) 267-7663, Contracting Officer - Jodi Cokl, Chief, Acquisition Management Section, Ph:(937) 262-3388, Fx:(937) 267-7663
 
E-Mail Address
Email your questions to Jodi Cokl
(jodi.cokl2@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is being issued on an unrestricted basis, therefore all interested and suitable business concerns are encouraged to respond. Applicable NAICS codes are 54131 and 54133. The small business size standard classification is $4,000,000.00. This will be an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multi-discipline Architect-Engineering (A/E) Contract. Projects will vary in size and scope and is contingent on project funding. Anticipated users will be the VA Medical Centers (VAMC) located in Dayton, Cincinnati and Chillicothe Ohio. An Architectural Firm and an Engineering Firm with multi-discipline capabilities is required to furnish and provide services which include the preparation of contract documents including plans, design, specifications, schematics, cost estimates, construction period services, investigation services, studies, record drawings, review of shop drawings and submittals, site visits, engineering, technical solutions, sustainability, value engineering and life cycle operations considerations, technical studies, reports, post construction award services and renovation of existing buildings, in accordance with the most current applicable codes for the VISN (10). The firms may also be required to prepare the abbreviated documents used in the request for proposal packages of Design-Build solicitations. The work primarily involves, but is not limited to architectural, civil/structural, mechanical, electrical, fire protection, environmental, etc,. aspects of engineering design. As part of this contract, assessment of facilities for asbestos containing materials, lead or other contaminants may be required, as well as, the design for the abatement or removal of the asbestos, lead and/or other contaminants in those facilities. Firms unwilling, unable or not possessing qualifications (in house) to perform work involving the detection of hazardous material (e.g. asbestos, lead, PCB?s etc. and the subsequent design for its abatement and/or removal will not be considered for this contract. The resulting contracts will be Firm Fixed Price, Open-End Indefinite Quantity type. The contract will be for 1 Base Year, with 4 option year renewals. The total amount that may be paid under each contract is $2,000,000.00. Individual task orders shall not exceed $450,000.00. The minimum guarantee for the entire contract period, including options is $50,000.00. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the government subject to workload and/or satisfaction of A-E performance under the subject contract. Individual task orders being issued will be negotiated as an individual project. Orders will reflect the scope of work, negotiated fee, time schedule for completion, construction cost limitation and payment schedule pertaining to the individual project. One Architectural and one Multi-Discipline Engineering award will be made under this solicitation. Applicants must have an established working office within a 120 mile (driving distance) of both the Dayton and Cincinnati, Ohio VAMC?s of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of Ohio. Following an initial evaluation of the qualifications and performance data submitted, firms considered to be the most highly qualified may be chosen for negotiations. The VA anticipates, but does not guarantee, that the following projects/task orders will be accomplished using these contracts. CINCINNATI: 1. Remodel Hemodialysis/Sleep Lab 8 East - This project will include all A/E design services, including IH services relate to asbestos site investigation and construction period monitoring, to renovate the existing hemodialysis / sleep lab unit space on the 8th floor, East Wing of Building #1. There is approximately 7100 square feet included in this project. The design will include an area that contains 9 chairs for performing the hemodialysis treatments and 2 individual rooms for administering treatments in an isolation setting. All treatment areas will have all appropriate water, power and signal connections per current codes and VA practices and be designed to protect patient privacy. The design will include all support spaces as appropriate that are required per VA Handbook 7610 Planning Criteria for VA Facilities. Also included is a Sleep Lab facility with space for 3 beds and all necessary support spaces for a fully functional for the administering of sleep studies. 2. Upgrade Electric System (FTD) - This project upgrades the electrical distribution system of the Basement thru Third Floor of Building #64 at the Fort Thomas Division. It will replace the existing emergency generator sets, the remaining switchgear and branch circuit distribution panels on the floors that are over thirty years old, and construct new electric closets on the basement and first floors for the distribution panels. Work to comply with the most current version of the National Electrical Code and VA design Criteria. DAYTON: 1. ER Renovation - Renovate approximately 5,000 square feet of existing ER space, and construct a new 10,000 square feet addition to connect to existing space. Space shall be configured to maximize exam room space, improve patient flow and provide for large procedure and observation rooms, that can be monitored from a centralized nursing station.The above is not a complete list of projects, but merely a projection of what is anticipated in the near future. No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the VA Contracting Officer (90C), 4100 West Third Street, Dayton, OH 45428 within 30 days of the date of this announcement. A current SF 330 part II, representing and differentiating between the personnel, experience and capabilities must be included with the application. Applicants will be rated based on the relevant experience, assigned individuals, the applicants capacity to do the work, record of past performance on VA work, geographic consideration and demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design. SF 330 can be located on the following GSA website: www.gsa.gov click on forms, search for SF330.
 
Web Link
RFP 552-59-04
(http://www.bos.oamm.va.gov/solicitation?number=552-59-04)
 
Place of Performance
Address: VISN 10
Zip Code: 45428
Country: United States
 
Record
SN00660170-W 20040901/040831063850 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.