Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOLICITATION NOTICE

C -- Design Services - HVAC

Notice Date
6/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Salt Lake City Health Care System; A&MMS (04AA);500 Foothill Blvd.;Salt Lake City, Utah 84148
 
ZIP Code
84148
 
Solicitation Number
VA-259-07-RP-0168
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
N/A
 
Description
VA Salt Lake City Health Care System (VASLCHCS), located in Salt Lake City, Utah is seeking the services of a qualified Architectural Engineering (A/E) firm with specialized experience in design through construction period services of Architectural Space Renovations within occupied areas of an active Medical Center. The selected A/E Firm will be the best qualified determined by the VAMC SLC based upon evaluation criteria. The selected A/E firm shall provide all technical services including architectural, mechanical and electrical engineering as may be required for design. Design shall include all phasing and infection control methods required during construction. The project intent is to design new HVAC additions, renovations and changes for three (3) separate projects, titled; 1) 660-07-107ES, B.7 & B.13 Mechanical System Upgrade, 2) 660-07-108ES, B.14 3rd floor HVAC Upgrade and 3) 660-07-110ES, Campus HVAC Controls Upgrade. Work shall include, but not be limited to; site investigation, master planning, schematic design, cost estimation, design development, preparation of bid documents, bid consultation, construction period services and record drawings. The estimated construction rage is as follows: 1) between $500,000 and $1,000,000, 2) between $500,000 and $1,000,000, and 3) between $250,000 and $500,000. A single A/E may be selected or multiple A/E firms may be selected to complete the separate projects. Selection criteria include in descending order of importance: (1) specialized experience of the firm, both prime and consultants, in clinical architectural design and construction with supporting electrical/mechanical; Fire Safety Engineering, and Seismic Engineering. (2) experience on remodeling existing and occupied spaces in a Healthcare environment to include phasing and infection control; (3) professional qualification of the firm's staff and consultants assigned to the project; (4) past experience working on VA facilities and/or Government; (5) geographical location of the firm within 100 mile radius of the VA Salt Lake City Medical Center; (6) demonstrated success in incorporating the use of recovered materials and achieving waste reduction and energy efficiency in the design, and (7) Service Disabled Veteran Owned and Veteran Owned Small Business concerns. All interest firms are required to submit two (2) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications, in accordance with Numbered Note 24 to the Contracting Officer shown above no later than 3:30 p.m. (Mountain Time), Friday, July 27, 2007. Solicitation VA-259-07-RP- _____ has been assigned and should be referenced on all correspondence regarding this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMEN'S OBLIGATION FOR AWARD IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS. This acquisition is open to both large and small business concerns. NAICS Code 541310, Architectural Services, is applicable to this acquisition. The size standard for a firm to be considered as an Emerging Small Business is no greater than 50 percent of NAICS Code with a Business Size Standard of $4.5 million. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAIC Code above are encouraged to submit their qualifications. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete annual electronic representations and certifications in conjunction with FAR 4.11 required registration in the Central Contract Registration (CCR) database prior to award of a contract.
 
Place of Performance
Address: 500 Foothill Blvd.;Salt Lake City, Utah
Zip Code: 84148
Country: US
 
Record
SN01327904-W 20070628/070626220634 (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.