Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
SOURCES SOUGHT

C -- EXTERIOR A-E DESIGNS

Notice Date
10/4/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-08-RI-0007
 
Response Due
11/9/2007
 
Archive Date
1/8/2008
 
Point of Contact
Michael Reed Contracting Officer 315-425-4854
 
Small Business Set-Aside
N/A
 
Description
VA intends to award an Architect/Engineer contract for preparation of working drawings and specifications, cost estimates, submittal review, other construction period services for a variety of Non-Recurring Maintenance (NRM) projects at the VA Medical Center, Syracuse, NY and at the Donald J. Mitchell Department of Veterans Affairs Outpatient Clinic, Rome, NY. It is the intent to complete all designs as soon as possible in Fiscal Year 2008 (FY08) for construction award in FY 08, dependent on the approval of the projects and availability of construction funding. If construction is not approved and awarded in FY 08, it is the intent to award the construction early in FY 09. There are twelve (12) separate tasks that may be included in this intended award, dependent upon VA's design budget and the fee schedule negotiated with the most highly ranked firm. The brief descriptions below summarize those tasks in a somewhat descending order of importance dependent again upon available funding. Task descriptions that do not include ".Rome." are applicable to the Syracuse VA Medical Center. Each task may result in a separate construction contract award, but it is much more likely that many will be combined. During the initial design phase, evaluations will be made as to which tasks might be efficiently combined to result in fewer construction awards. Please refer to these tasks collectively as "EXTERIOR A-E DESIGNS" and use the RFI number VA-528-08-RI-0007 to identify your submission to this announcement. . Replace Roofs (Phase II) . Replace Sidewalks and Replace Brickwork . Replace Corroded Door Frames & Handrails in Garage (Bldg 19) and Other Exterior Locations . Paint (Refinish) Pedestrian Bridge . Repair D-Wing Basement Water Problem . Replace Rome Roofs . Rome Paving Replacement . Tuck Pointing at Rome . Replace Rome Sidewalks & Curbs . Replace Window Locks & Balances . Replace Rome Windows . Provide New Perimeter Fencing at Rome Investigative services shall include review of VA program requirements and project scope to determine the equipment and construction criteria, and to provide preliminary plans, drawings, and estimates. Design services shall include, but not be limited to, providing complete working drawings, specifications, and detailed cost estimates. Services include meeting with various VA employees in order to fully understand the functional needs, carefully reviewing the space selected for this project, preparation of construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos abatement, if found to be required at any time during the project, shall be required for an additional fee. Asbestos Monitoring services during construction may be required of the A/E as a reimbursable expense if that should occur. Design services shall include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Drawings will be CADD generated demonstrated to be fully compatible with AutoCad 2008. Specifications shall be compiled from VA master specifications which are available on the internet. Short-List Criteria to select the firms for interview will be based on specialized experience and technical competence, specific experience and qualifications of proposed personnel and consultants along with record of working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction and energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, the proposed management plan, previous experience of the team, geographic location of the firm, proposed design approach, project control, estimating effectiveness, sustainable design, miscellaneous experience & capabilities, awards, insurance and litigation. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 90 mile radius of the Syracuse VA Medical Center. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 no later than November 9, 2007. FIVE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submission should emphasize experience on similar projects, the personnel to be assigned to this project, and specific VA experience. Designs must be completed so that resulting construction contracts may be solicited and awarded before June 2008. This is not a request for proposals. NAICS 541330 applies. Construction cost estimate of all tasks combined is between $2,000,000 and $5,000,000.
 
Record
SN01428680-W 20071006/071004223445 (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  © 1994-2020, Loren Data Corp.