Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOLICITATION NOTICE

C -- AE Clinical Services Expansion, B-138-4

Notice Date
1/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Northern Indiana Health Care System;Ft. Wayne Campus;2121 Lake Avenue;Fort Wayne IN 46805
 
ZIP Code
46805
 
Solicitation Number
VA-251-08-RP-0088
 
Response Due
2/27/2008
 
Archive Date
4/27/2008
 
Point of Contact
Marjean Litzenberg Contract Specialist 260-460-1411
 
E-Mail Address
Email your questions to CONTRACTING OFFICER'S EMAIL ADDRESS
(MARJEAN.LITZENBERG@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
541310THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. VA Northern Indiana Health Care System (NIHCS) is seeking a qualified Architect- Engineering (A/E) firm with specialty and/or experience working with VA Health Care facilities to provide a complete A/E design for Project 610-302, Clinical Service Expansion B, 138-4. This design project is for a complete renovation of the fourth (4th) floor of Building 138 (and other portions of the building which may be affected by this renovation) at the VA NIHCS Marion Indiana campus. The objective of this project is to create a contiguous and fully functional space for the entire Out Patient Clinical Service operations on one floor of building 138. The intent of the construction project is to address current and future needs of the Out Patient Service to provide care to our clients for many years to come. The entire fourth floor will be gutted to the extent necessary to construct new out patient exam rooms, doctors offices, public waiting and toilet spaces, support staff offices, storage rooms, support offices, and any ancillary space found to be necessary and addressed in the VA Space criteria model, chapter 262 "Ambulatory Care - Hospital Based. Utility systems that will be affected include existing domestic water and sanitary waste systems, medical gas system, electrical distribution system, communications systems, sprinkler system, perimeter heating system, HVAC system, and fire detection system. A/E shall engage the services of an Industrial Hygienist (IH) to review the available records and survey the construction areas for asbestos containing materials and incorporate any required asbestos abatement into the project design. Estimated construction cost is between $2 million and $5 million. A/E shall provide all architectural and engineering services as necessary to complete the following phases: schematic design, design development, construction document, and construction period services. Schematic Design phase shall include submission of a minimum of three distinctly different floor plans of the space to be renovated for review and comment by NIHCS, revisions as necessary of selected plan for further review and approval. Design Development and Construction Document includes all work necessary to develop detailed construction documents (drawings, specifications, cost estimates, phasing plans, bid alternates) and attendance at review meetings. A/E shall follow the A/E Submission Instructions provided in the contract. Construction period services in the form of clarifications; submittal review; resolution of design conflicts; additional design work due to changes, differing site conditions, or errors; periodic and/or scheduled inspections; and meeting attendance. The A/E shall be responsible for the professional quality and technical accuracy of all of the documents it prepares, and a design narrative/analysis, calculations and edited VA specifications in accordance with professional standard practices. All work shall comply with current VA Master Specifications and Standard Details. Design shall be prepared in the most recent version of AutoCAD available, as a minimum the drawings shall be compatible with AutoCAD version 2006. Specifications shall be provided in electronic format as well, and shall be prepared as in Microsoft Word version 2003 as a minimum. Firm must be located within 150 miles of the VA NIHCS, Marion, IN 46953. Firms interested in being considered for this project are to submit their completed SF 330 which can be found on the GSA Forms website: http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199&channelId=-13253 to VA NIHCS (90C), Marjean Litzenberg, 2121 Lake Avenue, Fort Wayne, IN 46805 by COB February 27, 2008. The A/E selection criteria shall include: 1) professional qualifications of proposed team; 2) previous experience of proposed team on similar contracts with VA, other Government agencies, & hospitals; 3) project control - techniques used, personnel and quality control; 4) cost control & estimating effectiveness; 4) philosophy and experience in designing "green"; 5) specialized experience & technical competence; 6) references, insurance coverage and litigation history; 7) management plan; 8) geographical location of A-E firm; 9) design approach - philosophy, problems and solutions, expectations; and 10) awards and recognition. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is $4.5 million dollars average annual gross revenues for the past three fiscal years. To be considered for award, A/E must be registered in the Central Contractor Registration (CCR) database A/E firms can obtain CCR information on registration and annual confirmation requirements by calling 1-888-227-2423, or 269-961-5757, or via the Internet at http://www.ccr.gov. A/E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ . A Subcontracting Plan will be required if award is made to other than a small business. Award is subject to availability of finds.
 
Place of Performance
Address: VA NIHCS;1700 E 38TH STREET;MARION, IN
Zip Code: 46953
Country: US
 
Record
SN01492833-W 20080127/080125223857 (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.