Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
SOURCES SOUGHT

C -- AE FCA M&R Phase 2

Notice Date
3/13/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Jane Golding (442/90C);2360 E. Pershing Blvd.;Cheyenne, WY 82001
 
ZIP Code
82001
 
Solicitation Number
VA-259-08-RP-0116
 
Response Due
4/10/2008
 
Archive Date
6/9/2008
 
Point of Contact
Jane Golding Contract Specialist 307-778-7329
 
E-Mail Address
Email your questions to Contract Specialist
(jane.golding@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Cheyenne VAMC is seeking the services of an Architect/Engineering firm to provide maintenance and repair of interior space. AE will assess and design an upgrade of the following items in priority order up to the dollar limit available: 1. General M&R Dental Service including replacement of cabinets, painting, ceiling, flooring, etc. 2. Replace signage throughout building 1 CA, 1 CX, 1C, and 45 to provide for good direction and with signs that are easily updated. This should match and interface with signage being replaced in building 1. 3. Paint 2nd floor Building 1 CA except for inside the O.R.s. Also, replace carpet in SPD office area. 4. Replace rusted handrails in bathrooms in building 1CA. 5. Replace flooring in corridor, 1st floor, Building 1C including area up to and including vending area of building 1. 6. Replace carpet in ER waiting area (1st floor, Building 1CA) with high endurance carpet. 7. Replace flooring in corridor, Basement, Building 1CA. Also, paint radiology, nuclear medicine, prosthetics, auditorium, and corridors. 8. Replace flooring 1st floor, Building 1CA from back dock to intersection of corridor from building 1. 9. Replace carpet in corridor, Building 1, 2nd floor. Replace with composition floor tile or high endurance carpet. 10. Replace floor tile in corridor, Building 1, 2nd floor. 11. Replace flooring in elevators. 12. Replace ceiling tiles in chapel. 13. Replace floor in Nursing Home dining room. 14. Paint offices, Building 1, 2nd floor between Medicine Service and Specialty Clinic area. Also, replace ceiling tiles in these offices as needed to provide consistent pattern. 15. Paint walls and replace carpet building 11, 2nd floor. 16. Replace cabinets, etc in boiler plant office area. 17. Paint and any necessary M&R (floor, ceiling, walls) in Building 1, A and B Basement areas. The majority of work will be architectural including painting, carpentry, ceilings, floors, cabinets, windows, signage, etc. When replacing flooring also replace wall base. Some plumbing and electrical may be associated with repair/replacement of cabinets and other built in items. Interior design support is necessary to provide aesthetic and maintainable building finishes. All work must be designed within a construction price range of $250,000 to $500,000. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial estimate and preliminary design submission, a 50% design submission, and a 95% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. The AE will provide four sets of documents at each submission including a cost estimate and will provide a set of AutoCAD drawings and specs in Microsoft Word at the final submission. The AE will provide 10 sets of drawings and specifications for procurement. Evaluation factors to be considered will be 1) Professional qualifications necessary for performance of required service. 2) Specialized experience and technical competency of the AE firm with similar type projects. 3) Past performance on contracts with government agencies. 4) Geographical location of A/E firm. 5) Experience roles of key design personnel specifically on related projects. 6) Cost control an estimating effectiveness. 7) CAD capability. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do , type in 330 in the Find A Form block and click on search. A/E firms must be located within a 150 mile radius of Cheyenne, Wyoming to be considered. The NAICS Code for this procurement is 541310. Set-aside for Small Veteran Owned. THIS ANNOUNCMENT IS NOT A REQUREST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit (2) copies of their current SF 330 no later April 10, 2008 to the Contracting Officer shown above. Award is pending availability of funds.
 
Record
SN01531736-W 20080315/080313223744 (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.