Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

C -- replacement drawings for storm and sewer linesfor D-Wing

Notice Date
3/26/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-08-RI-0139
 
Response Due
4/25/2008
 
Archive Date
7/24/2008
 
Point of Contact
Naomi Miller/Deb Barker
 
E-Mail Address
Email your questions to contract specialist
(naomi.miller@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer services are required for Mechanical/Plumbing Engineer/design firm shall furnish professional services to field survey the sewer and storm drain lines and identify their replacement via specs and drawings for the D-Wing of the Richard L. Roudebush VA Medical Center, 1481 West Tenth Street, Indianapolis, Indiana. VA HVAC Design Criteria, VA Master Specifications and mechanical drawings of the existing space will be provided. In addition, the Contractor shall provide a construction cost estimate, submittal tracking log, construction drawings, and specifications at each of the design reviews (50%,90%, and 100%). Submission shall be in triplicate (drawings - 3 blue-lines, 1 AutoCAD 2006 version diskette, 3 specifications and 3 cost estimates) at each review stage allowing sufficient time for VA review and comment. The drawings shall also conform to VA AutoCAD standard regarding font size, layer, arrangement, etc. Contractor shall also be required to conduct site visits and perform Construction Period Services during the term of the contract. At the completion of construction, the contractor shall provide as-built drawings on both reproducible vellums and diskette (AutoCAD 2006). Contractor will be required to provide 5 sets of final drawings and specifications for bidding purposes. The contract completion time frame for completing all work shall be 60 calendar days from receipt of Notice to Proceed. Construction magnitude range between $100,000 and $250,000.The area of consideration are within 125-miles driving distance of the medical center. This is an Emerging Small Business Set-Aside. The small business size standard classification is $4.5 Mil in annual gross revenues averaged over the past three years. For emerging small business, the annual gross revenues shall not exceed $2.25 Mil. Applicable NAICS code is 541330. Interested firms are required to submit SF 330 (2 copies), Part 1 and Part 2 to the attention of the Contracting Officer no later than April 25, 2008. Form SF 330 can be downloaded from www.gsa.gov. SF 330 that are sent via U.S. Postal Service shall be addressed to RLR VA Medical Center, 1481 West 10th Street, Indianapolis, IN 46202, Attn: Contracting Officer (90CSC-Naomi Miller ). SF 330 that are sent via commercial delivery service (i.e., Fed-EX, UPS, etc.) shall be addressed to RLR VA Medical Center, c/o Bldg 7, 2669 Cold Springs Road, Indianapolis, IN 46222, Attn: Contracting Officer (90CSC-Naomi Miller). SF 330 qualifications packages may be hand carried to Building 7, 2669 Cold Springs Road located in Indianapolis Indiana, Attn: Contracting Officer (90CSC-Naomi Miller, Room 201). At the final submission A/E shall provide reproducible vellums and a CD-ROM copy of plans in an Auto-Cad program version compatible with VA facility Auto-Cad program version. Selection criteria (not necessary listed in order of importance) includes: 1) team proposed for this project; 2) proposed management plan (team organization); 3) previous experience of proposed team; 4) location and facilities of working offices; 5) proposed design approach (design philosophy/anticipated problems and solutions); 6) project control (techniques planned to control the schedule & costs and Responsible personnel); 7) estimating effectiveness (10 most recently bid projects); 8) sustainable design (team design philosophy and method of implementing); 9) miscellaneous experience and capabilities (interior design, CADD, value engineering & life cycle cost analyses, environmental considerations, energy conservations & new energy resources, and fast track construction); 10) awards received for design excellence; 11) type and amount of liability insurance carried and litigation involvement over the last 5 years & its outcome. Firms that submit SF 254 and SF 255 packages will not be considered during the selection process. THIS IS NOT A REQUEST FOR PROPOSAL. No bid packages are available.
 
Place of Performance
Address: Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN
Zip Code: 46202
Country: U.S.
 
Record
SN01542009-W 20080328/080326223721 (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.