Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOURCES SOUGHT

C -- Construct Decontamination Shelter (AE Design)

Notice Date
5/5/2009
 
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-0198
 
Response Due
5/27/2009 11:59:00 PM
 
Archive Date
8/25/2009
 
Point of Contact
Aaron LacyContracting Officer<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is set aside for Emerging Small Businesses only. This procurement is restricted to firms located within a 200 mile radius of the VA Northern Indiana Health Care System, Fort Wayne Campus, 2121 Lake Ave, Fort Wayne, IN. 46805. Seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment, and expert supervision necessary to perform the following at the Fort Wayne VA Medical Center located in Fort Wayne, Indiana:Survey the site and make recommendations for locating the VA-Furnished Prefabricated Decontamination Shelter. The location is to have access to all utilities-water (hot and cold to be ran to the unit-with sufficient flow for the showers), Sanitary Sewer, Compressed Air, Electrical (including Emergency power from the station's existing system), Telephone and Data. All Utility lines are to be installed so that the Water (hot and cold) and Drain lines will not be subject to freezing and the lines have drains and valves to allow 'blowing out for winterization. The Utility Lines are to be installed underground and terminate with valved or switched ends within two underground vaults (one for Electrical, Telephone, Data) one for (hot & cold Water, sanitary Sewer, and Compressed Air) at the end of the concrete slab indicated as the utility connection room as shown on the Manufacturer's drawings. The Compress Air is necessary for Winterizing the Trailer Unit after testing and each use. Note that the installation of the Decontamination unit is to be such, that the 'dirty clothes' chutes on either side of the trailer will be able to be folded out and a receiving container be positioned on the concrete pad on either side of the trailer. Grade the site so that 'overland' water flow will not run across the 'pad'. The Concrete pad is to be level, but situated so that water will be diverted from the general area of the slab. The Concrete Slab is to be suitable for the loads of the Trailer Unit (approx. 8100 pounds). Also provide 'hold-down' point-foundations that coincide with the lifting points of the trailer, these will be utilized for 'hold down' bolts to counteract high winds and secure the trailer unit during Tornados. Access is to allow for foot and vehicle traffic. Allow for 2-paved parking spaces, marked "Government Emergency Parking Only" - "Vehicles will be Towed" (12'x20') at the end of the trailer indicated as 'entrance' separated from the trailer unit by 15'-20' of paved area and also allow for foot traffic via paved surfaces, extending sidewalks or connecting to existing paved area. Allow for wheelchairs and gurneys to access the unit. All foot access via Accessible Pathways, site work will include any addition of concrete curb ramps made necessary by this installation. The trailer unit comes with Optional accessible ramp units for each of the 4-Exterior doors used by 'patients'. The one exterior door to the 'utility' room will be accessed from stepping up or down to the concrete slab. Design Time Completion: 111 Calendar Days from, Notice to Proceed Qualifications (SF330) submitted by each firm for Project 610A4-09-120 for "Construction of Decontamination Shelter (AE Design)" will be reviewed and evaluated based on the following criteria: 1. 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. 2. 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. 3. Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve similar type of design projects will be evaluated as well as any experience working with the Department of Veterans Affairs. 4. 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. 5. 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. 6. Project Control: The techniques and personnel responsible for controlling the schedule and costs of this project will both be evaluated. 7. 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. 8. 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. 9. 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. 10. Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. 11. 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. This acquisition is set aside for Emerging Small Business. This procurement is restricted to firms located within a 200 mile radius of the VA Northern Indiana Health Care System, Fort Wayne Campus, 2121 Lake Ave, Fort Wayne, IN. 46805. NAICS Code 541310, Architectural Services, is applicable to this acquisition, the size standard for a firm to be considered as an Emerging Small Business is no greater than 50 percent of $4.5 million. The estimated construction magnitude is between $100,000 and $250,000. Interested Emerging Small Business Firms are required to submit: two (2) copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. (Local Time), Wednesday May 27, 2009. Information can also be hand carried or submitted via overnight express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy, 2669 Cold Spring Road, Indianapolis, IN 46222. Project number must be clearly identified on outside of mailing envelope or packaging. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only, telephone inquires will not be honored. No faxed or emailed forms will be accepted. 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. After the evaluation of submissions in accordance with the evaluation criteria three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in June 2009. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca2e2e861955b0cf5ea13e1f6d92d542&tab=core&_cview=1)
 
Place of Performance
Address: VA Northern Indiana Health Care System;Fort Wayne Campus;2121 Lake Ave;Fort Wayne, IN<br />
Zip Code: 46805<br />
 
Record
SN01809270-W 20090507/090505221152-ca2e2e861955b0cf5ea13e1f6d92d542 (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.