Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOLICITATION NOTICE

C -- Building 60 Accessibility Improvements

Notice Date
11/9/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA25111RP0002
 
Response Due
12/13/2010
 
Archive Date
12/23/2010
 
Point of Contact
Joe H Embry
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Illiana Health Care System, 1900 East Main Street, Danville, Illinois, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project #550-11-105, "Building 60 Accessibility Improvements" at the VA Illiana Health Care System, 1900 East Main Street, Danville, Illinois 61832. This procurement is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms, NAICS 541330 and is restricted to firms located within a 200-mile radius of Danville Illinois. The 200-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement., Only Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms shall respond to the solicitation announcement As per Public Law No. 108-183, the Veterans Benefits Act of 2003, and Executive Order 13360.The most highly qualified firms meeting the criteria will be selected for discussions based on demonstrated competence, capability, and qualifications for the required work. Qualification Statements (SF-330) submitted in response to the solicitation will be used to determine the firm the VA will hold discussions with for this SDVOSB set-aside. Estimated construction cost range is between $500,000 and $1,000,000. A firm-fixed-price contract will be negotiated. Scope of work is to be in accordance within the current codes as listed on the following VA web site: http://www.cfm.va.gov/TIL/cPro.asp. The project will use specifications documents as outlined within the VA Master Specifications as listed at the following web site: http://www.cfm.va.gov/til/spec.asp. This project will provide for the interior design improvement and construction in building 60. The public toilet spaces will be renovated into a space that meet the current American Disability Act design standards by improving the space usage, floor surfaces, lighting, and overall interior environment. This project will allow for and include the following items: "Complies with VA, ADA, and NFPA requirements. "Renovation of all public toilet spaces to meet design standards as defined in the current American Disability Act. "Proved new flooring, wall surfaces and ceiling system design for all public toilet spaces. "All required site work and site utilities. Completion Time: 225 - calendar days after Notice to Proceed Solicitation VA-251-11-RP-0002 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. 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.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Specification Writers, Surveyors, and Draftsmen. 2.Proposed Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases will be evaluated.3. Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve heating systems of large buildings will be evaluated as well as any experience working with the Department of Veterans Affairs or any other healthcare setting.4. Location and Facilities of Working Offices: The geographic proximity of each firm to the Danville Area will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. The desired proximity to Danville is 200 miles. 5. Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 6. Project Control: The techniques and personnel responsible for controlling the schedule and costs of this project will both be evaluated. 7. Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. 8. Sustainable Design: The team philosophy and method of implementing a sustainable design will be evaluating including low impact materials, energy efficiency, use of recyclables and recycling demolished materials, etc. 9. Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. 10. Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. 11. Insurance and Litigation: The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years will be evaluated. Interested firms are required to submit two (2) hardcopy and one copy in electronic (PDF) format, of recently completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Joseph Embry (90C) joseph.embry@va.gov, 1900 E. Main Street, Building 102 Room 123C Danville, IL 61832, no later than 3:00 p.m. (Local Time), Monday, December 13, 2010. Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed documents will NOT be accepted. All information must be in original/hard form and electronic format. Inquiries may be submitted to the Contracting Officer at joseph.embry@va.gov. see Numbered Note 24
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25111RP0002/listing.html)
 
Record
SN02325226-W 20101111/101109234436-483138e195b7bd7b6639fd8b85cc6061 (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.