Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 26, 2009 FBO #2954
SOURCES SOUGHT

C -- REPLACE SPRINKLER STANDPIPES AE DESIGN

Notice Date
12/24/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-10-RP-0068
 
Response Due
1/25/2010
 
Archive Date
5/4/2010
 
Point of Contact
Scott D BrennanContract Specialist
 
E-Mail Address
Scott Brennan, Contracting Officer
(scott.brennan2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Architect Engineer (A/E) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 655-10-103, Replace Sprinkler Standpipes at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan as described below: A.General Scope of the Project: The Architect / Fire Protection Engineer (A/E) will verify record drawings and existing conditions; prepare fully developed Construction Documents (drawings and specifications); assist in developing a construction phasing (scheduling) timeline; detailed cost estimates; and provide construction period services. B.The total completed design shall include all necessary features and items of work required so that the government shall have a complete buildable and functional system complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable national codes and standards. It is anticipated that the design effort will involve mechanical, electrical, architectural, fire protection and plumbing disciplines. C.Provide all drawings, specifications, equipment selection, equipment layout, cost estimate, including but not necessarily limited to architectural, fire protection, plumbing, mechanical, and electrical features as required for this contract. D.Reusing any part of the standpipe risers will not be considered an option, but floor mains and branches may be reused if condition allows. E.Equipment shall be provided emergency power as required by NFPA and VA Standards. 2.Design Effort: A.Building 1 Fire Sprinkler Risers a.Analyze the extent of demolition and modifications to existing systems and/or components. b.Design the demolition and renovation to the existing two hour fire rated stair tower corridor walls of the stairwells, including the removal and replacement of the existing doors, door frames and new door hardware. c.Design the demolition and relocation of the sprinkler standpipe risers from closets along interior corridors to existing stair towers. d.Survey the existing fire sprinkler zoning. Reconfigure the number of zones to conform to the newly established zoning per floor. e.Design new 2 inch minimum diameter sprinkler riser drains alongside the new sprinkler risers. f.Design the replacement of fire sprinkler zone isolation valves, flow switches, and zone flow alarm bells. g.Design for the elimination of smoke and fire dampers in relation to the upgrades of the sprinkler system. h.Design the replacement of fire sprinkler main service valve assembly. i.Design the replacement of all sprinkler heads to comply with the latest editions of the NFPA and VA standards for fire sprinkler head installation. j.Design the removal of the portion of the corridor wall presently separating the service elevator lobby from the corridor to make the service elevator lobby a part of the corridor at the third floor, fourth floor and fifth floor. k.Building No.1 encompasses approximately 166,000 sq ft, which includes all areas under roof at the basement, first floor, second floor, third floor, fourth floor, penthouse D (above surgery service), fifth floor, penthouse B and penthouse C at Building No.1 roof level. l.The new renovated fire sprinkler systems, fire alarm zones, smoke barrier locations, sprinkler zones/ horizontal evacuation zones, HVAC system duct smoke detection points shall be designed according to the latest edition of the VA Fire Protection Design Manual PG-18-10 for Replacement Hospitals and meet all applicable standards and codes. m.Existing sprinkler mains and branches shall be evaluated for condition of piping and shall be replaced if necessary. n.Demolition and removal included but not limited to the following: sprinkler standpipes, fire closets and all related components, including architectural, fire protection, electrical, plumbing, etc. o.New items included but not limited to the following: Design all related architectural, plumbing, mechanical, fire protection and electrical features required for a complete system. Construction cost range is estimated to be between $500,000 to $1,000,000. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: (1) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. (2) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Firms within 250 driving miles of the medical center will receive a maximum score. Firms more distant than 250 driving miles will receive a zero score for this criterion. (6) Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (7) Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. The NAICS Codes for this procurement is 541310 Architectural Services. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified A-E firms are required to respond in writing if interested & shall submit two (2) completed SF Form 330 packages (form available on-line at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc). Mail to the Department of Veterans Affairs, VA Medical Center, CSCMichigan (90VC)., Bldg 9 - Room 105, 5500 Armstrong Rd., Battle Creek, MI 49037, Attn: Scott D. Brennan, Contracting Officer to be received by no later than 4:30 PM local time on Jan 25, 2010. No solicitation document is available. No telephone inquiries please. No faxed or emailed submission packages will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of 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 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/BCVAMC515/BCVAMC515/VA-251-10-RP-0068/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Aleda E. Lutz VA Medical Center;1500 Weiss St.;Saginaw;MI
Zip Code: 48602
 
Record
SN02031334-W 20091226/091224233912-96f77e28cb4db1add8173a766e2482e5 (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.