Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
MODIFICATION

C -- AE SVCS REPAIR ELECTRICAL FEEDERS & GENERATORS

Notice Date
6/22/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Contracting Officer (90C);Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
V438-27-07
 
Response Due
6/28/2007
 
Archive Date
8/27/2007
 
Small Business Set-Aside
N/A
 
Description
The VA Medical Center, Sioux Falls, SD is seeking qualified AE firms to perform AE services for Project 438-07-150ES, REPAIR ELECTRICAL FEEDER SYSTEM AND GENERATORS. CONTRACT INFORMATION: A Firm Fixed Price contract is contemplated with a qualified AE firm. The NAICS code for this acquisition is 541310, Architectural Services. The Construction Range for the project is between $1,000,000 and $5,000,000. SCOPE OF SERVICE: An architect/engineering team familiar with cold climate design is sought for development of complete plans and specifications to enable construction of this project. A/E services shall include, but not limited to: a survey of the existing area and services to provide data for design; meeting with using services to determine requirements for layout of the area proposed for construction; submittal of at least two conceptual drawings, showing design proposals which accommodate the needs of the services to be located in the area; final design drawings and specifications which will include all necessary structural, mechanical, electrical, HVAC, telephone, and data systems; assistance and evaluation during the bidding process; construction period services such as submittal and shop drawing reviews, construction site inspections, review of contractor fee proposals, time extensions, claims, and other correspondence. The project will include: " The replacement of the main electrical feeder system into the station. " The addition of mechanical space for electrical service. " The replacement of emergency generation capacity and associated transfer switching for the hospital. The construction shall involve: demolition of existing walls, ceilings, flooring and mechanical systems as required; erection of new walls in the new space and to conform to the new layout of the existing space; new power, lighting, telephone and data systems for the area; new fire sprinkler piping as required. The Project design and preliminary studies will incorporate computer-aided drafting (CADD) and Microsoft Office formats. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (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 record of working together as a team. (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. (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. Geographic location will be rated on the following distances from the place of performance (Distances are listed in descending order of importance - 200 miles; 400 miles; 600 miles; 800 miles; and 1,000 miles. (6) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Inclusion of small business consultant(s), and/or minority owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm are required to submit one completed original and 3 copies of Standard Form 330 Architect-Engineer Qualifications. Submit required documents no later than 4:30pm, Central Standard Time, June 28, 2007 to the Issuing Office address shown above. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. This is not a Request for Proposal. Questions may be directed ONLY by e-mail or fax to Dianne.Schnabel@va.gov, FAX 605-333-6829.
 
Place of Performance
Address: VA Medical Center;2501 W 22nd St;Sioux Falls SD
Zip Code: 57105
Country: United States
 
Record
SN01325754-W 20070624/070622220644 (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.