Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

C -- Legionella - Investigation (using engineering and scientific studies)

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-10-RP-0093
 
Response Due
3/23/2010
 
Archive Date
5/22/2010
 
Point of Contact
Kellyann BrunoContract Specialist
 
E-Mail Address
Contract Specialist
(Kellyann.Bruno@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for the complete design, including construction period duties, of Project 528A8-10-812, Legionella Remediation Services at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms. Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) OFFICE ADDRESS: Stratton Veterans Affairs Medical Center, Room C-67, 113 Holland Avenue, Albany, NY 12208 CONTRACT INFORMATION: Stratton VA Medical Center (VA), Albany, New York is seeking qualified AE Firms for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services outlined above described herein. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.0 million dollars average annual gross revenues for the past three fiscal years. Contract award is anticipated in August 2007. The Construction Cost Range for Project 528A8-08-823 is between $500,000.00 and $1,000,00.00 SCOPE OF SERVICE: General Objective: Investigate (using engineering and scientific studies) the current state and conditions regarding Legionella at the Albany Stratton VA Medical Center in the potable hot and cold water systems. Perform all necessary testing and calculations to determine the status of the potable hot and cold water distribution systems, review past study's, (will be issued upon award) pertinent information regarding facility wide in-house sampling plan, VA policies and guidelines for Legionella, engineering drawings and other information. Provide 2 case studies and recommendations for short and long term remediation plans' including a detailed cost analyzes. The period of performance is 4 months form award. Specifics: Work will also include the study of the current copper/silver disinfectant equipment and its efficacy, including copper/silver resistance testing at random samples taken throughout the facilities 14 floors, including most distill sites from the copper/silver cells. Once study is conducted the contractor will make recommendations for short and long term remediation on the future growth of legionella in the hot and cold potable water systems. Once recommendations are reviewed by the infectious disease committee and senior leadership the VA will then decide on moving forward with the recommendations. Technical Considerations: Selected Professional Scientific Laboratory will have expertise in the control of waterborne pathogens in hospitals as demonstrated by experience. Submit resume(s) showing education and licensure and experience in problem solving waterborne pathogens in hospitals issues. Engineering and scientific services will comply with Centers for Disease Control (CDC), Department of Veterans Affairs, and New York State Department of Health (NYSDOH) Guidelines. Responsibilities: Government and contactor participation is crucial for the successful completion of this contract. Contractor will provide a multidisciplinary team for in-depth engineering and scientific study, however, a single point of contact or assigned designee will be required for all correspondence on results and recommendations of the team. The VA has identified the Infectious Disease Committee as an integral part of the overall decision making and review process of this contract. Persons-Hours: The contractor will be required to ensure a proactive approach is adhered to. The VA will ensure the contractor is provided with all the pertinent information needed to successfully maintain timeframes for the completion of this contract. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required; (2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team; (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. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously; (4) Past record of performance on contracts with the Department of Veterans Affairs; (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; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minority owned consultant(s) and/or women-owned consultant(s) SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit one completed Standard Form 330 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 4:30 PM, Eastern Standard Time, March 23, 00932010 to the Issuing Office address shown above. This is a Full and Open Competitive Solicitation. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Request for Proposal No. VA-528-10-RP-0093 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. Any questions must be submitted in a Request for Information format (RFI). It must be on letterhead, have the solicitation number and name in the subject field and a signature. RFI may be submitted via e-mail to Kellyann.bruno@va.gov. Please all 48 hours for a response, no phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA-528-10-RP-0093/listing.html)
 
Record
SN02080275-W 20100304/100302234756-2ceaeae1f728d3ba051a6efa43852473 (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.