Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

C -- VA256-08-RP-0307A/E SERVICES, MENTAL HEALTH BLDG

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Shreveport VAMC, Overton Brooks Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA-256-08-RP-0307
 
Response Due
6/20/2008
 
Archive Date
7/20/2008
 
Point of Contact
Carolyn S LeeContracting Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Overton Brooks VA Medical Center (OBVAMC), Shreveport LA, is seeking a qualified Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineering (AE) firm with specialty and/or experience working with VA Health Care facilities to provide a complete A/E design for construction of a Mental Health facility. This design project is for the design of approximately 21,000 gross square feet (gsf) Mental Health Outpatient Building in the vicinity of Parking Lot #4, OBVAMC. The new building shall accommodate OBVAMC outpatient mental health functions and provide space for additional programs as required to meet the mental health needs of applicable veterans. The VA shall provide a "draft" space program for the new design. The A/E shall collaborate with the VA Staff to further develop this program into a "final" space program for design of the new building. The VA will provide general site utility data which will need to be verified by the A/E. The new building shall be of similar architectural design as the Main Hospital and the structure shall provide the capability for future vertical expansion of two additional floors. The design shall minimize the impact on existing parking. The A/E shall provide all architectural and engineering services as necessary to complete the preliminary submission; all design services, construction document and construction period services. Design and Construction documents includes all work necessary to develop detailed construction documents (drawings, specifications, cost estimates, phasing plans, bid alternates (identified during the design process) and attend design review meetings. A/E shall perform site visits, testing, borings, design review meetings, etc as needed to accomplish and facilitate each phase of the design. A/E shall follow the A/E Submission Instructions to be provided in the solicitation/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. The A/E shall incorporate the requirements of all applicable codes, including but not limited to, Fire & Life Safety, ADA, National Electric Code, National Plumbing Code, and VA HVAC Design Guidance. Additionally, as the construction budget allows, the A/E shall incorporate VA Energy Efficiency and Sustainable Design requirements into the design of this project. 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 Work version 2003 as a minimum. The solicitation is to be issued as a 100% Service Disabled Veteran Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541310. This Small Business Size Standard is $4.5 Million dollars average annual gross revenues for the past three fiscal years. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). To be considered for award, A/E must be registered in the Central Contractor Registration (CCR) and VetBiz databases. 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. VetBiz information for registration and confirmation in website can be found at http://www.vip/vetbiz.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. To register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in your CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in contest of the full-text provisions for accuracy; acknowledge three additional read-only provisions, and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to Carolyn.Lee3@va.gov no later than 4:00 P.M. Central Time on June 20, 2008. The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed team, 4) Location and Facilities of Working Officers, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 19) Awards, and 11) Insurance and Litigation. The completed SF 330 will be evaluated by the Chief Engineer, Overton Brooks VA Medical Center. Discussions shall be held with the top four (4) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11f974c614be5fcb4344b382d1392f1f&tab=core&_cview=1)
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA
Zip Code: 71101
 
Record
SN01588711-W 20080608/080606220005-11f974c614be5fcb4344b382d1392f1f (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.