Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOURCES SOUGHT

C -- Replace Research Buildings (WR)

Notice Date
6/12/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton, MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-08-RP-0314
 
Response Due
7/9/2008
 
Archive Date
8/8/2008
 
Point of Contact
Marianne P LeBlancPROCUREMENT ANALYST
 
Small Business Set-Aside
Total Small Business
 
Description
The VA Boston Healthcare System is seeking a qualified a/e to develop complete construction drawings, specifications and cost estimates for project 523-305 Replace Research Buildings (WR) at the VA Boston Healthcare System, 1400 VFW Parkway, West Roxbury, MA. The project scope includes modest renovation of the existing animal space in building 20, demolition of two small animal out buildings (22 & 30), and construction of a 15,000 square foot addition to the current animal facility. The existing space will be improved with purchase of a larger, automated cage washer. The 15,000 square foot addition will provide new animal housing rooms, a radioisotope room and state of the art operating rooms. It will also provide animal behavior rooms, offices for animal investigators, a common meeting room and limited laboratory space for animal research.Current Situation: VA medical center at West Roxbury has an outdated an undersized animal research facility consisting of 3 separate buildings. Building 20 is a one story 5200 SF building. Buildings 22 and 30 are one story buildings and both are approximately 1500 SF. They were Quonset huts built in the 1960s with metal shells that were later removed and replaced by simple block walls and a wooden roof. Provide services for site investigation, the preparation of drawings, specifications, estimates, phasing schedules, and construction administration including the necessary engineering and design details for all architectural, site engineering, mechanical (plumbing, fire protection and HVAC), electrical, structural, asbestos abatement, and other specialty consultants elements required to comply with the latest editions of all applicable DVA guidelines (eg, Construction Standards, Master Specifications, Standard Details, Special Design Criteria), NFPA, JCAHO, Federal and State building codes pertinent to the project scope within the constraints of the construction budget consistent with the goals of the VAs project team as delineated during preliminary project meetings and field surveys. The selected a/e will be required to prepare 100% working drawings and contract documents using VA Master Specification (www.va.gov/facmgt/standard/spec_idx.asp) to complete the work specified above. The estimated construction range is $5,000,000 - $10,000,000. Design reviews will be due at 30%, 60% and 90%. Final submission will be due in 135 calendar days of contract award. ALL INTERESTED FIRMS ARE REQUIRED TO SUBMIT TWO RECENT COMPLETED STANDARD FOR (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS; forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Send Qualifications to VA Healthcare System, Attn: Marianne LeBlanc (90C), 940 Belmont Street, Brockton, MA 02301 no later than 4:00PM local time July 9, 2008. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Request for Proposal # VA-241-08-RP-0315 has been assigned and should be referenced on all correspondence regarding this announcement. NAICS Code 541310, Architect Services, is applicable to this acquisition; the size standard is $4.5 million. This acquisition is set aside for small business. The size standard for a firm to be considered as a Small Business is no greater $4.5 million. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. 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. THIS IS NOT A REQUEST FOR PROPOSAL AT THIS TIME AND A SOLICITATION DOCUMENT DOES NOT EXIST. AWARD IS CONTINGENT UPON THE AVAILABILITY OF FUNDS. 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=58cc8b71b059b1faf2651a861132b538&tab=core&_cview=1)
 
Place of Performance
Address: VA Boston Healthcare System;1400 VFW Parkway;West Roxbury, MA
Zip Code: 02132
 
Record
SN01592408-W 20080614/080612220510-df51da69a5b1f88c683c7f23344abb90 (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.