Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

C -- VA256-09-RP-0075 A/E Design for New Dental Clinic

Notice Date
3/5/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Shreveport VAMC, Overton Brooks Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA-256-09-RP-0075
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Carolyn S LeeContracting Specialist<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Overton Brooks VA Medical Center (OBVAMC), Shreveport LA, is seeking a qualified Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineering (AE) firm with specialty and/or experience working with VA Health Care facilities to provide a complete A/E design for construction of a new two-story, approximately 14,000 gsf, Dental Clinic, Overton Brooks VA Medical Center, Shreveport, Louisiana. Existing buildings 7 and 15 are to be demolished and the new Dental Clinic constructed in the vicinity. The new building shall accommodate Overton Brooks' Dental Clinic functions. The design shall be in accordance with the VA Space Planning Criteria for these functions. The VA shall provide a "draft" space program for the new design. The AE shall collaborate with the VA Staff to further develop this program into a "final" space program for design of the new building. The VA will provide general site utility data which will need to be verified by the AE with appropriate and sufficient number of design phase site visits. The new building shall be of similar architectural design as the new Eye Clinic and Specialty Care facility, building 5. In an effort to facilitate this, the construction plans and specifications for the Eye Clinic and Specialty Care facility, building 5 will be provided for reference. The Dental Clinic structure, like that of building 5, shall provide the capability for future vertical expansion for an additional third floor. The design shall minimize the impact on existing parking and provide for additional parking as the site allows. AE shall perform design site visits, testing, borings, design review meetings, etc. as needed to accomplish and facilitate each phase of the design. The AE shall incorporate the requirements of all applicable codes, including but not limited to, Fire & Life Safety, ADA, National Electric Code, International Plumbing Code, VA HVAC Design Guidance, and other applicable VA Design and/or Construction Guidelines into the design of this project. Additionally, as the construction budget allows the AE shall incorporate VA Energy Efficiency and Sustainable Design requirements into the design of this project. The AE shall track LEED attributes/points captured in the design on spreadsheet using LEED equivalent line items, ratings and format. Provide the LEED status with each design submission. AE shall also incorporate and identify any construction bid alternates identified during the design process. Also identify in the design any phasing required to facilitate construction. Additionally, the A/E firm shall have the plans and specifications reviewed and certified by a registered Fire Protection Engineer as being in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The final cost estimate shall utilize pricing and format established by RS Means CostWorks "Facility Construction Data", most current edition. Also provide a detailed submittal register for the design. The drawings shall be as both AutoCAD (2006 or earlier) and scanned PDF files. The specifications shall be PDF files with each spec section having separate PDF files. The solicitation is to be issued as a 100% Service Disabled Veteran Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541310. This Small Business Size Standard is $4.5 Million dollars average annual gross revenues for the past three fiscal years. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). To be considered for award, A/E must be registered in the Central Contractor Registration (CCR) and VetBiz databases. A/E firms can obtain CCR information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. VetBiz information for registration and confirmation in website can be found at http://www.vip/vetbiz.gov. A/E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. To register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in your CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in contest of the full-text provisions for accuracy; acknowledge three additional read-only provisions, and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to Carolyn.Lee3@va.gov no later than 4:00 P.M. local time on March 20, 2009. The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed team, 4) Location and Facilities of Working Officers, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 19) Awards, and 11) Insurance and Litigation. The completed SF 330 will be evaluated by the Chief Engineer, Overton Brooks VA Medical Center. Discussions shall be held with the top four (4) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=112e4b8fe32c5cf8c4c199b1cff3b8d6&tab=core&_cview=1)
 
Place of Performance
Address: Overton Brook VA Medical Center;510 East Stoner Avenue;Shreveport LA<br />
Zip Code: 71101<br />
 
Record
SN01762735-W 20090307/090305220538-112e4b8fe32c5cf8c4c199b1cff3b8d6 (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.