Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOURCES SOUGHT

C -- AE Demolition of 10 Buildings - Marion, IN Campus

Notice Date
9/17/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
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-0340
 
Response Due
10/16/2009
 
Archive Date
1/14/2010
 
Point of Contact
Aaron S LacyContracting Officer
 
E-Mail Address
Aaron Lacy, Contracting Officer
(Aaron.Lacy@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Applicable NAICS code is 541310 size standard $4.5 million. In accordance with FAR 36.204, the estimated magnitude of construction is between $5,000,000 and $10,000,000. Description of work to be performed includes: The Architect/Engineer A/E firm shall provide all tools, equipment, material, labor and supervision necessary to accomplish, prepare, and furnish design drawings, demolition plans, specifications, asbestos abatement plans, utility disconnect plans, excavation backfill and site remediation for lawns and pavement plans, phasing and traffic control plans, ALTA surveys, construction documents, and detailed cost estimates for the demolition of ten (10) buildings (Buildings 13,19,20,21,22,62,121,122,135 & 140) on the Marion VA campus located at 1700 East 38th Street, Marion, In 46953. The contractor shall be responsible for reviewing the various options for asbestos abatement and field survey each of the buildings in order to assess the safety of each for safe entry by asbestos abatement contractor(s). Asbestos Abatement and the demolition in general must be designed to follow all applicable regulations such as IDEM and other regulations that may apply to this project. Since this project is on an active hospital site, the Design for the demolition must include consultation with the various campus services; Police, Safety, Engineering, etc. Plans should show: Hours of work, Areas of Work, road closures and traffic control, fencing for patient and staff safety, protection of vegetation, Trees, Curbs, Sidewalks Utilities and Overland water flow among other infrastructure. Demolition will include all foundations, basement walls, footers, floor slabs, and if the building has an existing dirt floor or crawlspace then also will include the removal of dirt for a distance of 24 minimum below the existing grade of the basement or crawlspace. Backfill all excavations with cohesive-soil, in lifts, that matches the bearing capacity of the adjacent soils, compacted to 95% Proctor. The VA has a stock pile of soil that may be used as backfill, but conduct tests on the soil to verify the suitability and quantity so that it might be included on the construction documents. At the completion of the construction phase the contractor shall also provide an ALTA Survey of the areas affected by the construction work that shows the finished conditions including all adjacent streets, property lines and improvements. Demolition will include the careful removal of all utility lines, both abandoned and those currently in service to each building in question, from each building back to the nearest (trunk/loop or main) line. Provide drawings for each building showing suggested work. Those areas that are to be designated as Lawn are to include final grading and landscaping plans to return all areas, to be free of standing water, fully planted with lawns. Area Catch Basins in Lawn areas are to be avoided. Those areas that are to be designated as Paved are to include paving designs. Storm drains are to be included where needed, provide drainage studies and drainage. Maintain all landscaping, street lighting, and signage. Storm Water Pollution plans as required by the Indiana Department of Environmental management are to be included in the design drawings for each of the buildings. A/E firm shall also provide Construction Period Services to include site visits. The design completion period is 266 calendar days from receipt of the Notice to Proceed. Prospective firms are urged to address all selection criteria within submitted SF330 packages using additional pages as required. 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 ; 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 275 driving mile radius of Marion, IN); 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. The NAICS Code for this procurement is 541310 Architectural Services. The designated geographic area of consideration for this procurement is restricted to firms located within a 275 driving mile radius of the VA Northern Indiana Health Care System Marion Medical Center, 1700 East 38th Street, Marion, IN 46953. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Qualified firms are required to submit: 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), October 16, 2009. Outer envelope or packaging shall clearly indentify Solicitation number. 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 (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. Submission information incorporated by reference is not allowed. 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. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with required registration in the Central Contractor Registration (CCR) database prior to award of a contract (FAR 4.11). SDVOSBs must also register in the VetBiz registry at http://www.vetbiz.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 November 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
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-09-RP-0340/listing.html)
 
Record
SN01959681-W 20090919/090918000933-8edfb1e090401b87a45933bb8f82f523 (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.