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
SOURCES SOUGHT

C -- FCA Replace Trailer T3 w/Bldg 503-03-113

Notice Date
12/3/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Chief, Facilities Acquisition Management;James E. VanZandt VA Med Ctr;2907 Pleasant Valley BLVD;Altoona PA 16602-4377
 
ZIP Code
16602-4377
 
Solicitation Number
VA-244-08-RP-0070
 
Response Due
12/26/2007
 
Archive Date
3/25/2008
 
Point of Contact
Caroline Robinette 814-943-8164 ext 7232
 
E-Mail Address
Email your questions to Contract Specialist
(Caroline.Robinette@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
503-08-2-5070-0006 Replace FCA Trailer T3 w/Building Provide professional A/E design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for NRM Project # 503-03-113, "FCA Replace Trailer T3 w/Bldg." at the VA Medical Center in Altoona, PA. The A/E shall provide a design for a construction contract that will replace the existing 1400 sf trailer T3 with a 2800 sf building to match the Building 2 construction. This new building will be connected to Building 2 and will have a full basement under the entire square footage. All work is to be done in Autodesk's Architectural 2008 and MEP 2008 until the 2009 products are available, then all work is to be done with the 2009 products. "All" work is to be done in 3D. The A/E will be required to certify that the A/E regularly uses the two programs mentioned and certify that that the A/E has completed 3D designs. The A/E offices must be within a 250 mile radius of the Altoona VA Medical Center in Altoona, PA, with the exception of any cost estimating consultants used. SF 330's not certifying the requirements of this paragraph won't be considered. Design will be required to have 4 design reviews. The A/E is required to have in their possession and use the above mentioned software. All non drawing info is required to be in Microsoft word, excel, and project formats. All work must be designed within a construction price limit. The A/E will provide a cost estimate at each review and a final cost estimate to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the schematic design submission (25%), a design development submission (50%), two construction document submissions (75% and 95%), and a bid document submission, each with refined cost estimates as required. The A/E must possess strong demonstrated architectural, civil, HVAC, electrical, communications and safety competencies and adhere to JCAHO requirements/specifications. This requirement is to provide all labor, transportation and supervision necessary to conduct any required field investigations and complete working design drawings. The Medical Center must be able to remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The A/E will provide four sets of documents at each submission including a cost estimate and all information on CD, and will provide a set of AutoCAD drawing files on CD, 34 CD's of final drawings and specs in Microsoft Word at the final submission to enable procurement actions. Estimated duration of design is to be 4 months, with construction period services expected to be 1 year. The time between completed design and construction start is expected to be between 6 months and 13 months. Responses must be received no later than the close of business, two weeks after posting date (4:30 p.m. EST). A-E firms which meet the requirements in this announcement are invited to submit completed SF 330 Architect-Engineer qualifications, Parts I and II to (10F), at the address shown above. This IS NOT a request for proposal. Shortlisting for interviews will be based on (1) Proximity to Altoona; (2) In-house capabilities; (3) Previous Hospital Experience; (4) Previous VA Experience; (5) Other Federal Work; and (6) References. Selection after interviews will be based upon the following factors respective of the scope identified above and upon the A-E having qualifications in architectural, communications, HVAC, environmental, civil, and electrical design; construction; and general building remodeling and replacement of hospital systems and associated design experience: (1) Team proposed for this project; (2) Proposed Management Plan (3) Previous experience of Team proposed for this project; (4) Location & Facilities of working offices; (5) Proposed design approach for this project; (6) Project Control; (7) Estimating Effectiveness; (8) Miscellaneous Experience & Capabilities (9) Awards & recommendations; and (10) Insurance & Litigation. This acquisition is restricted to Service Disabled Veteran Owned Small Business's capable of doing work under the North American Industrial Classification System (NAICS) code 541330. Construction cost for this project is estimated at $870,000. Construction cost for this project is estimated between $750,000.00 to $1,000,000.00. A Firm Fixed Price Contract will be awarded. Contract is subject to the availability of FY 08 Funds. POINT OF CONTACT: CAROLINE ROBINETTE (814) 943-8164 Ext. 7232 E-mail: CAROLINE.ROBINETTE@VA.GOV
 
Place of Performance
Address: James E. Van Zandt VAMC;2907 Pleasant Valley Blvd;Altoona, PA
Zip Code: 16602
Country: United States
 
Record
SN01462090-W 20071205/071203223418 (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.