Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

C -- A-E Services

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Western New York Health Care System, Department of Veterans Affairs Western New York Health Care System, Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA-528-09-RP-0058
 
Response Due
1/17/2009
 
Archive Date
2/16/2009
 
Point of Contact
Jonathan AikinContracting Officer<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. Funds are not presently available for this requirement. No award will be made for this project until funds are available. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. The Western New York Healthcare System, VA Batavia Medical Center, 222 Richmond Ave., Batavia New York 14020, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide 100% working drawings, specifications, cost estimates and Construction Period Services for Project No. 528-352, Renovate Ward-B for improved patient privacy and HVAC. The North American Industry Classification System code is 541310 and the numerical size standard is 4.0. The Consultant shall develop, by consultation and discussion with VA staff, the design and construction documents for the renovation work to include the modification of architectural, interiors, mechanical, plumbing, fire protection, electrical, telecommunications, and other systems and features as necessary to provide patient privacy and environment of care improvements to the B-Ward (approximately 11,000 square feet).The design of B-Ward renovation shall include, but not limited to, space for nurse's station, patient bedrooms w/ bathroom & shower, patient dining and activity areas, patient care support spaces, staff and administrative support spaces, offices and conference rooms, building service spaces, and updates to interior finishes, colors, signage, and way finding systems. Also included are modifications, replacement, or upgrade of building services and utilities including: heating, ventilating, and air conditioning equipment, ductwork, devices, and controls, plumbing supply, waste, vent piping, and fixtures and trim; medical gas piping and outlets; fire protection, nurse call system and alarm systems; electrical power, lighting, telecommunications, voice/data, and signal systems as required to accommodate the new design. Design of HVAC system equipment, ductwork, and piping shall be sized for loads from renovated B-Ward. Appropriate spaces shall be provided to house building service equipment and utility systems. The A/E shall verify that sufficient building utilities services, such as but not limited to chilled water, heating water and steam, potable water, normal and emergency power, fuels storage, and telephone and data systems, are present on the floor to be renovated or the first adjacent floor up or down. Required system expansions or modifications to central delivery and distribution components shall be identified. Selective demolition of existing work and systems on the 2nd floor, adjoining floors (above and below), and adjacent areas, shall be included as necessary to accomplish the work. A Certified Industrial Hygienist (CIH) shall be retained by the consultant to evaluate and specify demolition and removal work related to hazardous materials. Special consideration should be given to asbestos assessment, removal (abatement), and the impact of construction activities on surrounding areas. A/E shall prepare 100% working drawings and contract documents using VA Master Specifications to complete the specified work. Estimated construction cost range is between $1,000,000 and $5,000,000. All interested firms are required to submit three (3) recent completed Standard Form (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 the Western New York Healthcare Systems, 3495 Bailey Ave., Buffalo New York, ATTN: JONATHAN AIKIN 2-90/NCA no later than 3:00 p.m. (Local Time), Monday, January 17, 2009. Solicitation VA-249-09-RP-0058 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. This procurement is FULL AND OPEN COMPETITION and is restricted to firms located within a 60-mile radius of the Batavia VA Medical Center, Batavia, NY. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows; 1. Professional qualifications necessary for the satisfactory performance of required services; 2. Preliminary/investigative services, consultation/meetings/discussions with staff to establish specific program requirements. 3. Production of construction documents. 4. Performance of construction period services and site visits. 5. Plans/specifications will include, but not be limited to; asbestos assessment/removal, general construction, demolition, electrical, HVAC, voice/data systems, plumbing, mechanical, finishes, etc. 6. Team proposed; Specialized experience and technical competence in the type of work required, repair, renovation, alteration, or upgrade projects, new construction projects and engineering studies of medical and similar facilities; including, where appropriate, experience in energy conservation, pollution preventions, waste reduction and the use of recovered materials. 7. Proposed Management Plan; Capacity to accomplish the work in the required time. 8. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 9. Previous experience of proposed team. 10. Estimating effectiveness and Value Engineering. 11. Interior Design, CADD and other computer applications. 12. Location in the general geographical area of the project and knowledge of the locality of the project. 13. Awards received by the firm and specifically the project team proposed. 14. Insurances and record of significant claims against the firm because of improper of incomplete engineering services (errors and omissions). 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. 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=05aa5a9a26e8c40b330dfe75052993cf&tab=core&_cview=1)
 
Place of Performance
Address: Western New York Healthcare System;3495 Bailey Ave;Buffalo, New York<br />
Zip Code: 14215<br />
 
Record
SN01722466-W 20081221/081219220208-05aa5a9a26e8c40b330dfe75052993cf (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.