Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2009 FBO #2800
SOLICITATION NOTICE

C -- Project No. 550-09-129, Facility Healing Garden Master Plan

Notice Date
7/25/2009
 
Notice Type
Presolicitation
 
NAICS
541320 — Landscape Architectural 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-0255
 
Response Due
8/26/2009
 
Archive Date
12/3/2009
 
Point of Contact
Cari SnyderContract Specialist<br />
 
E-Mail Address
Contracting Officer
(Cari)
 
Small Business Set-Aside
Total Small Business
 
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 Landscape Architectural Services firm to utilize VA Master Specifications to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates and all other necessary design services for Project No. 550-09-129, Facility Healing Garden Master Plan, at the Illiana Health Care System, 1900 East Main Street, Danville, Illinois 61832. This procurement is SET ASIDE FOR TOTAL SMALL BUSINESS ONLY and is restricted to firms located within a 180-mile radius of Danville, IL. NAICS Code 541320, Landscape Architectural Services, is applicable to this procurement and the size standard for a firm to be considered a small business is $7 million average annual receipts for preceding three years. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. Estimated construction cost range is between $500,000 and $1,000,000. A firm-fixed-price contract will be negotiated. The A/E shall provide all landscaping architectural services required to conceptualize, design and make recommendations for future healing garden areas as a facility master plan. The A/E firm is expected to have knowledge of healing garden design with respect to various diagnoses like Alzheimer, dementia, mental health, depression, etc. This project will allow for and include the following items: Inner courtyards of Building 101 Continuing Living Center 1 & 2 and 3 & 4, approximately 2600sf; Inner courtyards of Building 103 Wards 3 & 4, approximately 1350sf; Exterior area of Building 25, green house, approximately 2500sf; Exterior area of space between Buildings 49, 103, and 98, approximately 7000sf ; Mini healing gardens at five community base outpatient clinics (CBOC) that include: Peoria, IL; Decatur, IL; Springfield, IL; Mattoon, IL; and Lafayette, IN, approximately 1500sf each; Future potential garden locations throughout the Danville campus and CBOCs. Preliminary submission shall be due 45 calendar days from receipt of the notice to proceed; 60% submission shall be due 100 days from receipt of the notice to proceed, 95% submission shall be due 160 days from receipt of the notice to proceed, and 100% submission shall be due 180 calendar days from receipt of the notice to proceed. Solicitation VA-251-09-RP-0255 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 landscape architect 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; 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; 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 Danville, IL); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; 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. 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), Thursday, August 26, 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
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-09-RP-0255/listing.html)
 
Record
SN01887519-W 20090727/090725233315-37de6c54bacca2c805d1323e702dd7eb (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.