Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

C -- A/E Design for Asbestos Abatement in Sub Basement

Notice Date
12/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-08-RP-0042
 
Response Due
12/5/2007
 
Archive Date
2/3/2008
 
Point of Contact
Kellyann Bruno Contract Specialist (518) 626-6979
 
E-Mail Address
Email your questions to Contract Specialist
(Kellyann.Bruno@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for the complete design, including construction period duties, of Project 528A8-08-806 Asbestos Abatement in Sub Basement at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms, Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) OFFICE ADDRESS: Stratton Veterans Affairs Medical Center, Room C-67, 113 Holland Avenue, Albany, NY 12208 CONTRACT INFORMATION: Stratton VA Medical Center (VA), Albany, New York is seeking qualified AE Firms for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services outlined above described herein. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.0 million dollars average annual gross revenues for the past three fiscal years. Contract award is anticipated in June 2008. The Construction Cost Range for Project 528A8-08-806 is between $1,000,000 and $5,000,000. SCOPE OF SERVICE: The Architect/Engineering firm shall provide all necessary design services for the development of detailed drawings and specifications for the referenced project. Major elements of this project are envisioned to include: An investigative Study Phase to determine the best method of achieving compliance with OSHA requirements for the removal of asbestos containing material(ACM) in the unexcavated crawl space, corridors and machine rooms of the Sub Basement Level of buildings 1, 2 and 3 at the Stratton VA Medical Center. Includes review of existing ACM surveys, building plans and existing conditions and testing as needed. The ACM is primarily pipe insulation from the late 1940s and ranges in condition from undisturbed to poor. The work site is considered to be contaminated. Removal of construction material and debris from previous work in the area will be considered contaminated and removed as part of this project. The intent of this project is to remove all ACM and achieve a non contaminated work space. The scope of this project includes application of new installation. Work includes the installation of exterior access doors through the foundation wall complete with necessary stairs and retaining walls for present and future access to the Sub Basement in each Wing. The construction of access trenches or stand up height walkways in the Sub Basement crawl space to be able to walk upright to all areas in the crawlspace is also part of this project. This Architect/Engineer contract will produce documents for a phased approach to a series of contracts to abate and reinsulate items in the crawl space, corridors and machine rooms in the A, B, C, D Wings and Buildings 2 and 3. The design of a contract to abate and reinsulated the D Wing and Core between the C and D Wings must be completed by June 30, 2008. The design of all other phases will be completed no later than December 31, 2008 The work is primarily abatement, but includes all necessary disciplines including but not limited to architectural, mechanical, structural and industrial hygiene. The project shall be designed and drawings and specifications will show that the work can be accomplished by a number of complete, stand alone, separate contracts if necessary due to funding or other issues. Design services shall include, but not be limited to, providing complete working drawings, specifications, scope of work, 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 replacement of plumbing found to be poor condition, if found to be required at any time during the project, shall be required for an additional fee. Asbestos Monitoring services required during construction will be performed by another contractor retained by the VA. Specifications shall be compiled from VA master specifications which are available on the internet. 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. The Architect/Engineer will assist the VA during solicitation by answering questions and attending the Pre Award conference. Construction period services shall include submittal and change order review, attendance at periodic project meetings and inspections. 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; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minority owned consultant(s) and/or women-owned consultant(s) SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit one completed Standard Form 330 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 4:30 PM, Eastern Standard Time, January 5, 2008 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 a full and open solicitation. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Request for Proposal No. VA528-08-RP-0042 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. Please submit any Request for Information (RFI) via e-mail to Kellyann.Bruno@va.gov allow 48 hours for a response. No Phone calls. Site visits are encouraged, but a request must be submitted in writing via e-mail or mail for an appointment.
 
Record
SN01462084-W 20071205/071203223414 (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.