Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SOURCES SOUGHT

C -- AE HVAC System Replacement Design

Notice Date
5/23/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, 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-0187
 
Response Due
5/9/2008
 
Point of Contact
Department of Veteran AffairsVA Medical Center (90 CSC)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is set aside for Emerging Small Business. Seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment, and expert supervision necessary to design for the following at the Marion VA Medical Center Marion, Indiana: Design/size a suitable HVAC system appropriate to a building with nearly 9500 gross ft. built in 1891, with very old single pane wood windows and a single pipe hot water heating system with over 60 year old piping. Over 60 windows will need to be replaced with more modern double pane units while retaining the historic appearance of the current units. The numerous doors will need to be evaluated but it appears a minimum of 12 wood doors will require replacement... Currently, the building has no insulation and due to part of the basement being unexcavated earth from 1891, the installation of heat runs etc. will required careful planning as the utilized areas of the basement have very low ceiling heights. The AE will need to evaluate the constraints imposed by the historic nature of the building and its current use as a theatre. Design Time Completion: 90 calendar days from NTP. A/E Design Firm Responsibilities: A/E design firm shall provide evidence of prior experience as well as provide reference projects of similar size, scope, and design regarding the type of work mentioned above. A/E firm shall be responsible for site review of the existing facility in order to validate owner's existing documents and drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. A/E firm shall provide a complete set of bid documents, including design drawings, specifications, and a detailed cost estimate, which shall include phasing plans, temporary and permanent signage and ay other details required to successfully complete the project. This work shall be performed while the facility continues to operate. A/E firm shall provide a 50% and a 95% review submission. Each submission shall contain design drawings, specifications, and a cost estimate for VA review and approval. Provide three copies for each submission. A/E firm shall provide all drawings in AutoCAD 2007 format and shall meet all VA design criteria. A/E shall provide all final drawings, specifications, and cost estimates on a CD at each submission. A/E firm shall include a preliminary timeline with their fee proposal which shall establish the following dates for each project: Preliminary plan review date, Final plan review date, Bid documents completion date, and Bid advertisement date. In addition, A/E firm shall provide a preliminary construction schedule which shall include a timeline with milestones and major events highlighted. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction timeline in order to minimize any/all disruptions to the facility. Interested firms are required to submit: two (2) copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. (Local Time), June 9, 2008. Information can also be hand carried or submitted via overnight express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy, 2669 Cold Springs Road, Indianapolis, IN 46222. 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 and life cycle cost analyses, environmental considerations, energy conservations and 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 and its outcome. This acquisition is set aside for Emerging Small Business. The estimated construction magnitude is between $250,000 and $500,000. NAICS Code 541330, Engineering Services, is applicable to this acquisition, the size standard for a firm to be considered as an Emerging Small Business is no greater than 50 percent of $4.5 million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded in June 2008 and design completed by September 2008. THIS IS NOT A REQUEST FOR PROPOSAL AND A SOLICITATION DOCUMENT DOES NOT EXIST. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e306cee6e5fcad65ffba58add3fed31&tab=core&_cview=1)
 
Place of Performance
Address: VA Northern Indiana Health Care System;Marion Campus;1700 East 38th Street;Marion, In
Zip Code: 46953-4589
 
Record
SN01580300-W 20080525/080523215652-497255a7055157b3f40282780afc973c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.