Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOURCES SOUGHT

C -- Project No. 553-09-116, Infill 7th floor for Future Use

Notice Date
3/19/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs, Danville VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA-251-09-RP-0153
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Cari SnyderContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A-E Act 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. Illiana Health Care System, 1900 East Main Street, Danville, Illinois, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 553-09-116, Infill 7th Floor for Future Use, at the John D. Dingell VA Medical Center, 4646 John R Street, Detroit, Michigan 48201. This procurement is full and open competition and is restricted to firms located within a 180-mile radius of Detroit, MI. The 180-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. The size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Estimated construction cost range is between $2,000,000 and $5,000,000. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in July 2009 and design completed in November 2009. The A/E shall provide all architectural and engineering services required to develop Design and Construction Documents to complete the currently unfinished 7th floor approximately 33,000 sq ft to useable space for outpatient mental health services. Project requires relocation of the IT work room and the Pharmacy Cache with space needs adjusted as necessary. Work shall include, but not be limited to, development of Design and Construction Documents to relocate IT work room approximately to LL301 approximately 2600 sq ft and to relocate Pharmacy Cache, approximately 2000 sq ft to current pharmacy space. Design services shall provide for the centralization of most outpatient mental health activities to the 7th floor and provide a patient centered approach to care through the design. Construction Period Services will include kick-off meeting with construction contractors and Project Manager at VA Medical Center Detroit, 2 inspections during construction work, and a final inspection of completed construction work. A/E firm shall prepare 100% working drawings and contract documents using VA Master Specifications and in accordance with Program Guide, PG-18-15, Volume C, A/E Submission Instructions, to complete the specified work. Preliminary submission shall be due 45 calendar days from receipt of the notice to proceed; 50% submission shall be due 80 days from receipt of the notice to proceed, 95% submission shall be due 115 days from receipt of the notice to proceed, and 100% submission shall be due 135 calendar days from receipt of the notice to proceed. Solicitation VA-251-09-RP-0153 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. 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 satisfactory performance of required services (at a minimum a degreed architect/engineer must be heading the project); 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (must have qualified professionals completing each task, i.e. architectural, electrical, plumbing, HVAC, fire suppression, etc.); 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations (adequate time and staffing must be demonstrated); 4. Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located (Geographical area is 180-mile radius of Detroit, MI); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (provide 3 references); 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team (must have healthcare design experience at a minimum, must have planetree/patient center experience). Interested firms are required to submit three (3) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Cari Snyder (90C), 1900 E. Main Street, Danville, IL 61832, no later than 3:00 p.m. (Local Time), Monday, April 20, 2009. Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. 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. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form. Inquiries may be submitted to the Contracting Officer at cari.snyder@va.gov. See Numbered Note 24
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8163e9cc34538fcdf2aa1d20d68d234&tab=core&_cview=1)
 
Place of Performance
Address: John D. Dingell VA Medical Center;4646 John R Street;Detroit, MI<br />
Zip Code: 48201<br />
 
Record
SN01773176-W 20090321/090319220233-a8163e9cc34538fcdf2aa1d20d68d234 (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.