Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

C -- FCA Corrections Phase 3

Notice Date
11/19/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Cheyenne VAMC (See VA Rocky Mountain Consolidated Contracting Center), Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contracting - Jane Golding;2360 E. Pershing Blvd.;Cheyenne, WY 82001
 
ZIP Code
82001
 
Solicitation Number
VA-259-09-RP-0051
 
Response Due
12/19/2008
 
Archive Date
1/18/2009
 
Point of Contact
Jane GoldingContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
The 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.Replace flooring in corridor, basement, building 1CA; also paint radiology, nuclear medicine, prosthetics, auditorium, and corridors. 2.Replace flooring 1st floor, building 1CA from back dock to intersection of corridor from building 1 3.Replace carpet in corridor, building 1, 2nd floor. Replace with composition floor tile or high endurance carpet. 4.Replace floor tile in corridor, building 1, 2nd floor 5.Replace flooring in elevators 6.Replace ceiling tiles in chapel (note the glue behind these tiles may be asbestos containing materials ACM) 7.Replace floor in nursing home dining room 8.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 and type. 9.Paint walls and replace carpet building 11, 2nd floor. 10.Replace cabinets, etc in boiler plant office area 11.Paint and any necessary M&R (floor, ceiling, walls) in building 1, A and B basement areas. 12.Add handicapped restrooms to B-5 A & B and interior painting. 13.Ceiling tiles at the top of the stair well in building 4 are the 12x12 tiles that probably have some ACM glue holding them in place. Remove and a use drywall ceiling over the existing structure. 14.Bathrooms in B4 to be upgraded. 15.Paint interior of all outbuildings. Replace carpet and paint Bldg. 6. 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. Work will require working around existing furniture and staff. Contractor to provide all moving necessary to access work. All work must be designed within a construction cost range of $500,000 to $1,000,000. 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 services. 2) Specialized experience and technical competency of the AE firm with similar type projects. 3) Past performance on contract with government agencies. 4) Geographical location of A/E firm. Firm must be located within a 150 mile radius of Cheyenne, Wyoming to be considered. 5) Experience roles of key design personnel specifically on related projects. 6) Cost control and 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED 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 than December 19th, 2008 to the contracting officer shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3aea48f54501f01113053db0edf057ce&tab=core&_cview=1)
 
Record
SN01707439-W 20081121/081119215909-3aea48f54501f01113053db0edf057ce (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.