Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

C -- St. Louis A/E MCH B-51 Mental Health Expansion JB

Notice Date
12/17/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Heartland Network, Department of Veterans Affairs Heartland Network, Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-09-RP-0106
 
Response Due
1/14/2009
 
Archive Date
2/13/2009
 
Point of Contact
Sean P JacksonContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
FBO ARCHITECT/ENGINEER SELECTION NOTICE VA-255-09-RP-0106 ARCHITECT/ENGINEER (A/E) DESIGN SERVICES The VISN 15 Network Business Office, 4101 S. 4th Street Trafficway, Leavenworth, Kansas 66048-5014 is seeking qualified Architect/Engineer (A/E) firms located within a 100 mile radius of the St. Louis VA Medical Center, Jefferson Barracks Division, #1 Jefferson Barracks Drive, St. Louis, Missouri 63125-4199 to perform A/E services for the complete design, including construction period duties for project 657-333, Mental Health Building 51 Expansion. The NAICS Code for this acquisition is 541310 - Architectural Services. The size standard for this NAICS code is $4.5 Million. The Construction Cost Range for Project 657-333 is between $5.0 Million and $10.0 Million. Contract award is anticipated in January 2009. Scope of the project: The St. Louis VA Medical Center, Jefferson Barracks Division located at #1 Jefferson Barracks Drive, St. Louis, Missouri 63125-4199 has a requirement for Architect/Engineering Services. The contractor is required to provide design services and construction oversight services for a project to construct approximately 14,000 GSF of new building space. This project will expand the existing building 51 with a 1 story addition connected to the existing 1st Floor Level of the building. The existing 1st floor is currently in use and will continue to be used throughout design and construction. The composition of the approximately 14,000 GSF required is as follows: The new building will be utilized to house the Post Traumatic Stress Disorder (PTSD) Clinical Team and the new OIF/OEF Post Traumatic Disorder Clinical Team, the Mental Health Intensive Case Management Team (MHICM), and Mental Health Service Administration. The space will be utilized by Department of Veterans Affairs staff in the diagnosis, care, education, and treatment of veterans. The Government intends to retain the A/E design firm for construction period services. Construction period services will be based on the availability of funding. Selection criteria: The VA will utilize the following selection criteria in descending order of importance: 1.Specialized experience and technical competence of the firm for the type of services required. 2.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 3.Professional capacity of the firm located in the designated geographic area of the project to perform work, including specialized services, within the time limitations. It is the intent of the Department of Veterans Affairs to strictly enforce delivery dates of work requirements for this project. An exceptionally large existing workload may limit the A/E's capability to meet deadlines and perform work expeditiously. 4.Past record of performance on contracts with the Department of Veterans Affairs. 5.Geographic location and facilities of the working office(s). 6.Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 7.Inclusion of Service Disabled Veteran Owned Small Business (SDVOSB) sub-consultants, Veteran Owned Small Business (VOSB) sub-consultants, and Minority and/or Women Owned sub-consultants. Submission Requirements: All responding A/E firms, including key sub-consultants to the primary firm, are required to submit three complete Standard Form 330, Architect-Engineer and Related Services Questionnaire, in hard copy dated within one year of the date of this announcement. Submit required documents no later than 4:30 PM C.S.T., January 14, 2009 to VISN 15 Contracting, attn: Sean Jackson, 4101 S. 4th Street Trafficway, Leavenworth, Kansas 66048-5014. This is a full and open, competitive, Brooks Act, Architect-Engineer selection process. Qualified firms of any size may submit information for consideration. Small business A/E firms, including SDVOSB, VOSB, SDB, HUBZONE, and/or Women-Owned firms are encouraged to participate as a Prime A/E Contractor or as members of Joint Ventures formed with other small businesses. Responding A/E firms, either multi-disciplined or those who collaborate with sub-consultants, must demonstrate capabilities in: Healthcare Architecture; Interior Design; Surveying; Civil; Structural; Mechanical; Communications; Environmental; Fire Protection; Cost Estimating; Specification Writing; and Construction Surveillance skills as described herein. This list is not to be considered to be all inclusive of the necessary capabilities required to accomplish the work. Site visits will only be held with firms selected after a review of SF330 submissions. Solicitation reference number VA-255-09-RP-0106 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this notice. Any questions must be submitted in a Request For Information (RFI) format. The RFI must be submitted on company/corporate letterhead, identify the solicitation reference number, project name in the subject field, and have the signature and signature block of the individual responsible for submitting the questions. RFIs may be submitted via e-mail to Sean.Jackson99@va.gov. Please allow 3 business days for a response. No telephone calls regarding this subject will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=699f923a8dba1759f92abdc9f6240787&tab=core&_cview=1)
 
Place of Performance
Address: St. Louis VA Medical Center;Jefferson Barracks Division;#1 Jefferson Barracks Drive;St. Louis, Missouri<br />
Zip Code: 63125-4199<br />
 
Record
SN01720620-W 20081219/081217220432-699f923a8dba1759f92abdc9f6240787 (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.