Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

C -- A/E Design Replace/Expand Clinical Addition Elevators

Notice Date
7/20/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24410RP0329
 
Response Due
9/2/2010
 
Archive Date
11/1/2010
 
Point of Contact
Chuck Peck
 
E-Mail Address
4-2511
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: - The Veterans Administration, Wilmington VA Medical Center is seeking Architect and Engineer (A&E) firms certified as Service Disabled Veteran Owned Small Businesses (SDVOSB). The A&E firm must be approved under NAICS Code 541310 Architectural Services, with a small business size standard of $4.5 million capable of preparing all design documentation associated with Project #460-11-113, Replace/Expand Clinical Addition Elevators. The selection process will be in two phases. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms based on evaluation factors that includes: 1- Design Team Proposed For This Project; 2- Proposed Management Plan; 3- Previous Experience of Proposed Team; 4 Location and Facilities of Working Offices; 5- Proposed Design Approach; 6- Project Control; (See Attached Score Sheet). Phase II shall consist of interviewing the candidates that have advanced past Phase I to Phase II. Phase II evaluation factors shall include 1- Design Team Proposed For This Project; 2- Proposed Management Plan; 3- Previous Experience of Proposed Team; 4 Location And Facilities Of Working Offices; 5- Proposed Design Approach; 6- Project Control; 7- Estimating Effectiveness; 8- Sustainable Design; 9- Miscellaneous Experience & Capabilities; 10-Awards; 11 Insurance and Litigation. (See Attached Score Sheet). Interview times will be determined and offerors making it to Phase II will be notified of their interview time on or before September 13, 2010. An A/E design package along with a Request for Proposal (RFP) will be issued to the offeror that is determined to be the best technically qualified to complete this project based on the outcome of Phase II. The RFP will be issued no later than September 17, 2010 with a response date of September 24, 2010. The proposal shall be completed and returned for a price evaluation. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the highest technically rated or the lowest total price proposal; and to award to the offeror submitting the proposal determined to be the most advantageous best value to the Government. Phase II proposal will be requested initially on the most favorable price and technical terms. However, the Government reserves the right to clarify certain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise its proposal. The work will involve providing complete design to fully replace three passenger elevators and one freight elevator at the Wilmington VAMC. The project scope includes but not limited to: new cabs, lobby entrances, controls, cables, motors, rails, lights, etc. Work will also renovate the existing elevator rooms to upgrade those areas as well; provide conditioned air, fire alarm work and security measures to control access. Special electrical work to add voice annunciation on passenger elevators, digital individual elevator displays on all floors, elevator recall, tie-in new shunts trip and fire alarm system work will also be required. The construction work will require phasing (i.e. one elevator down at a time) so as to minimize disruption to patient care. Construction activity will involve all disciplines including asbestos removal (survey), structural, demolition, general architectural, plumbing, mechanical, HVAC, and electrical. Infection control measures to minimize risk will also be designed into project. All work will be done in accordance with the latest ANSI, VA, UFAS, local, state and federal regulations. Final construction documents shall include multiple bid alternates totaling 20% of the total projected construction cost. Estimated cost range for construction is between $1,000,000 and $5,000,000. Interested firms meeting the criteria above shall submit five (5) copies of SF 330 by mail to WILMINGTON VETERAN AFFAIRS MEDICAL CENTER, ATTN: CHUCK PECK, ANNEX BUILDING, 1601 KIRKWOOD HIGHWAY, WILMINGTON, DE 19805 or SF330 packages may be hand delivered to Department Of Veteran Affairs, Contracting Office, 20 Montchanin Road, Greenville, DE 19807-2160, ATTN: Chuck Peck. Packages must be submitted by mail or hand carried no later than 3:00 PM Eastern Standard Time on FRIDAY, SEPTEMBER 2, 2010. E-mail and fax SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Chuck Peck at Charles.Peck@va.gov. SF 330 submissions shall indicate FOR OFFICIAL USE ONLY . The package shall be clearly marked TECHNICAL PROPOSAL FOR RFP VA-244-10-RP-0244, Replace/Expand Clinical Elevators (Attention: Chuck Peck) See attached document AE EVAL SCORE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24410RP0329/listing.html)
 
Place of Performance
Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
Zip Code: 19805
 
Record
SN02211291-W 20100722/100720234937-a67a0016fb8909f3580c678832aed2df (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.