Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2010 FBO #3180
SOURCES SOUGHT

C -- Site Drainage, Phase II, A&E

Notice Date
8/7/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 19;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA24410RP0293
 
Response Due
8/27/2010
 
Archive Date
9/6/2010
 
Point of Contact
Paul Sims
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Veterans Integrated Service Network #04 (VISN04) Logistics Office (529/ Bldg #1/Room 333w), located at 325 New Castle Road, Butler, PA 16001-2480 is soliciting an Open Market Contractor for Professional A/E Services for Site Drainage phase II, Project 529-10-106. The Contractor shall develop contract drawings and specifications, provide construction period services which include: review of submissions, RFI's, and providing recommendations regarding contractor change proposals, visit site per VA's request and add to drawings the 'as-built conditions' from contractor's record drawings. A/E will respond on site within a two-hour period when requested. Design must take into account ASHRAE, ASTM and American Architectural Manufactures Association requirements. Selection criteria will be in accordance with FAR 36.602-1 and VAAR 836.602-1, which at a minimum will include, but not limited to, the following short list criteria and selection criteria. Short List Criteria will include the following: (1) Specialized in-house 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) 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. (4) Professional capacity of the firm to perform work (including any specialized service) within the time limitations. Unusually large existing workload that may limit A/E's capability to perform project work expeditiously. (5) Past record of performance on contracts similar to this work. Include all past VA and/or Government contracts. Selection criteria: (1) Team Proposed for this Project, background of the personnel-Project Manager, Consultants, other key personnel. (2) Proposed Management Plan-Team organization, design and construction phase, in-house capabilities. (3) Previous Experience of A/E firm-Project experience on contracts similar to this work. (4) Proposed Design Approach for this Project- Design philosophy and method of implementing, energy conservation/sustainable design, anticipated problems and potential solutions. (5) Location and Facilities for Working Offices- Prime and consultants. (6) Project Control-Techniques planned to control the schedule and costs, and personnel responsible for schedule and cost control. (7) Estimating Effectiveness-Ten most recently bid projects. (8) Miscellaneous Experience and Capabilities- Energy conservation and new energy resources, CADD and other computer applications, Value Engineering and life cycle costs analyses, Past projects of this type, CPM and Fast Track Construction. (9) Insurance and Litigation-Types and amounts of liability insurance carried. Any litigation involvement over the past five years and their outcome, significant claims against the firm of improper or incomplete services. Provide professional Architect/Engineer services to include: site investigation-architectural, structural, mechanical, plumbing, electrical, and civil (all disciplines). Soil borings, soil sampling and reports. Asbestos abatement monitoring and sampling. Working drawings and specifications. Cost estimates, Schedules and Phasing. Construction period services-review of submissions, provide recommendations regarding contractor change proposal, visit site per VA's request and add to drawings as-built conditions from contractors' record drawings. Project Scope: Based on the Site Drainage phase I drawings, field survey, Butler VA underground utility drawings, construction budget and meetings, develop a schedule, specifications and working drawings for replacement or addition of proposed storm water pipes and additional, or reworking, of catch basins per drawing CU-101 and field survey. Design shall include all field survey, engineering and design documents to complete this scope of work. Specific: Item 1. Complete design to repair, replace, add, proposed storm water pipes and catch basins per Phase 1 drawing CU-101. Additionally, the A/E shall provide field survey and modifications per VA personnel requests. Item 2. The design shall provide bid documents for a complete campus storm water scheme. Bid package shall be structured to provide a Phase II bid package within construction budget. Any portion of the design exceeding the construction budget shall be developed as a phase III bid package including a construction cost estimate furnished under this contract. Item 3. Develop bid deduct alternate for Phase II. Work shall include but not be limited to: Surveying and field verification of existing, (all disciplines). Incorporate data from VA underground utility drawings (approx 12 drawings) into 1 CADD drawing for the purpose of identifying pipe crossings. Schedule and phasing plans including roadway and parking closures. Cost estimates. Edited VA specifications. Complete working drawings, (all disciplines). Notes: scheduling and Safety related details added to drawing per VA request. Trench box, sloping and pipe bedding details per VA request. Lay down/storage area. Curb and road replacement details. Provide Asbestos abatement third party monitoring during any abatement. Abandoned underground utilities may be encountered containing ACM's, abatement will take place only if decided to remove an interfering section of pipe. The SF 330 form can be retrieved from www.gsa.gov, and may be supplemented to include all necessary information. Qualified firms must submit their completed SF 330, one electronic pdf copy to paul.sims@va.gov, and one hard copy (no faxed copies) to Paul E. Sims (101), VA Medical Center, 325 New Castle Road, Butler, PA 16001, BY 08/27/2010 AT4:00 PM. This is not a request for proposals and a solicitation package will not be issued. NAICS code for this project is 541310. Size Standard is $4.5 million dollars with a firm Fixed Price contract being anticipated. Questions regarding this solicitation must be in writing to the Contracting Officer, via Fax at (724) 477-5026, or email: paul.sims@va.gov. NO TELEPHONE REQUEST WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA24410RP0293/listing.html)
 
Place of Performance
Address: VHA Butler, PA;325 New Castle Road;Butler, PA 16001-2480
Zip Code: 16001-2480
 
Record
SN02232934-W 20100809/100807233349-e0676e281009b3f68d10b1882bb05f49 (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.