Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOURCES SOUGHT

C -- STRUCTURAL EVALUATION, BUILDING 19 & 26, AE DESIGN

Notice Date
2/17/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-09-RP-0134
 
Response Due
3/19/2009
 
Archive Date
5/18/2009
 
Point of Contact
Lee Grant, Contract Specialistlee.grant@va.gov<br />
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: The Department of Veterans Affairs, VA Illiana Healthcare System, Danville, Illinois is seeking the services of an Architect-Engineer firm. The method of procurement for this contract is in accordance with the Brooks Act, A/E, as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is 100% SET ASIDE for Small Business A/E firms. North American Industrial Classification System Code is 541310 which have a small business size standard of $4.5 million in average annual receipts. Proposals received from non-small business firms will be rejected. A Firm-Fixed Price contract will be negotiated. The contract is anticipated to be awarded in March 2009 and design completed by September 2009. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) register via the CCR Internet site at http://www.ccr.gov. GENERAL SCOPE OF THE PROJECT: The Architect/Engineer firm shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for design Project #550-09-105, FCA Structural Evaluation Study, Building 19 and 26 at the Department of Veterans Affairs, VA Illiana Healthcare System, 1900 E Main Street, Danville, IL 61832. The project will include design work for the preparation of 100% complete working drawings and contract documents using VA Master Specifications to complete the following: A. Correct deficiencies listed in the Facility Condition Assessment (FCA) for the structural condition of building 19 and 26. The flooring systems and structural supports of these buildings have been noted in the Facility Condition Assessment as having a structural deficiency. This project will determine the extent of the deficiencies and establish what corrective action needs to be taken. a)Building 26 flooring systems, wood post and beam at second level. b)Building 26 foundations, concrete spread footing. c)Building 26 wind loads, exterior shear walls and structure not design to meet current wind and seismic code. d)Building 26 vertical members, vertical wood post approximately 8 x 8 x 10 are deteriorating. e)Building 19 flooring systems, floor and attic wood framing is splitting. f)Building 19 wind load, exterior brick masonry shear walls not designed to meet current wind or seismic code. II. A/E SUBMISSION OF REVIEW MATERIALS: All material shall be submitted in accordance with and at a percentage of completion in accordance with V.A. Handbook Minimum Requirements for A/E Submission for each of the review at 60%, 95%, and 100% submission. Preliminary Submission: 45 days after NTP Design Time Completion: 180 Calendar Days from NTP. SUBMISSION OF FINAL CONTRACT DOCUMENTS: The original specifications (hard copy and disk in Microsoft Word 6.0) and original drawings done on 30 x 42 (76 cm. X 107 cm.) mylar shall be submitted to the Chief, Facilities Management Service upon completion of the project. The AutoCad duplicate disk shall be submitted to the Chief, Facilities Management Service upon completion of the project (AutoCad Release 2008 or earlier). The A/E is totally responsible for the detailed accuracy and adequacy of the 100% complete working drawings, specifications and cost estimate. It is the VAs intentions to hold the A/E responsible for any errors or deficiencies in his designs, drawings, specifications and other services. Such errors or deficiencies shall be corrected without additional compensation. Furthermore, the A/E shall be and remain liable to the Government for all damages caused by the A/Es negligent performance of any services furnished under this contract, notwithstanding VA reviews of A/E work. Qualifications submitted by each firm for Project 550-09-105 for FCA Structural Evaluation Study, building 19 and 26 will be reviewed and evaluated based on the following criteria: Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Specification Writers, Surveyors, and Draftsmen. Proposed Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases will be evaluated. Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve chillers and air handling equipment will be evaluated as well as any experience working with the Department of Veterans Affairs or any other healthcare setting. Location and Facilities of Working Offices: The geographic proximity of each firm to the Danville Area will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. Project Control: The techniques and personnel responsible for controlling the schedule and costs of this project will both be evaluated. Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. Sustainable Design: The team philosophy and method of implementing a sustainable design will be evaluating including low impact materials, energy efficiency, use of recyclables and recycling demolished materials, etc. Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. Insurance and Litigation: The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years will be evaluated. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) copies of Standard Form (SF) 330, available on-line at the GSA Forms Library; http://www.gsa.gov/HDR_0_forms, for the Prime and all Consultants, to the Department of Veterans Affairs, Roudebush VA Medical Center (90CSC), Attn: Lee Grant, 1481 West Tenth Street, Indianapolis, Indiana 46202. Interested firms may also hand carry or submit via overnight express service (NON US POSTAL MAIL) to Department of Veterans Affairs, VA Contract Service Center, Bldg #7, Attn: Lee Grant, Rm 207, 2669 Cold Springs Road, Indianapolis, Indiana 46222. Proposals must be received not later than 4:00 PM local time on March 19, 2009. The SF 330 shall not exceed 50 pages. Use no smaller than 12 font type. Facsimile or email submissions will not be accepted. No additional project information will be given to firms during the announcement period. This is not a request for proposal. The Government is under no obligation to award a contract as a result of this announcement nor will the Government pay or reimburse any costs associated with responding to this sources sought request.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3fef0f00cf8ac06adf672bfedede04d3&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;VA Illiana Healthcare System;1900 E Main Street;Danville, IL<br />
Zip Code: 61832<br />
 
Record
SN01751500-W 20090219/090217215727-3fef0f00cf8ac06adf672bfedede04d3 (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.