Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
DOCUMENT

C -- Emergency Power - John D. Dingell VA Medical Center - Detroit, MI - Attachment

Notice Date
5/16/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;Aleda E. Lutz Medical Center (90C);1500 Weiss Street;Saginaw MI 48602
 
ZIP Code
48602
 
Solicitation Number
VA25110RP0101
 
Archive Date
8/3/2010
 
Point of Contact
Sonny S. Earls
 
Small Business Set-Aside
N/A
 
Award Number
VA251-P-0867
 
Award Date
8/2/2010
 
Awardee
BEI ASSOCIATES, INC.;601 W FORT ST;DETROIT;MI;482263181
 
Award Amount
$43,598.70
 
Line Number
ENTIRE PROJECT
 
Description
Seeking Architect Engineer (A/E) firm to provide Architectural and Engineering services necessary to perform a design to include Cost Estimates and related information for the Project # 553-10-130 Emergency Power at the Detroit VA Medical Center in Detroit, Michigan as described below: General Scope of the Project: A.This A&E project is to conduct a design (in the form of a narrative) and the development of a construction cost estimate to provide emergency power in various locations through-out the Medical Center. B.The design shall detail the feasibility of extending emergency power to various locations and detail existing capacity of emergency power branches, where shortfalls in emergency power capacity exist, and the necessary corrections to (along with cost estimate) to provide emergency power to these locations. C.The feasibility design shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal Regulations and standards. D.The AE will develop a specific scope and develop a room by room project book during the schematic phase. This book will list the new rooms required, and all of the rooms specific architectural, utility, and equipment requirements both existing and new requirements. E.Provide all drawings, specifications, equipment selection, equipment layout, cost estimate, including but not necessarily limited to Electrical and other features as required for this contract. Review Submission Schedule as indicated below. Review Submission Schedule 553-10-130 Emergency PowerCalendar Days A-E DesignGovernment Review Deliver Concept Review Submission (10% of Design Completion) to COTR and Contracting Officer10 Concept Review Submission (10% of Design Completion) by COTR and Contracting Officer10 Deliver First Design Review Submission (50% of Design Completion) to COTR and Contracting Officer30 Review Submission (50% of Design Completion) by COTR and Contracting Officer10 Deliver Second Design Review Submission (100% of Design Completion) to COTR and Contracting Officer30 Review of Second Design Submission at the Detroit Medical Center by COTR and Contracting Officer10 Deliver Final Design Review Submission (100% of Design Completion) to COTR and Contracting Officer 10 Review of Final Design Submission at the Detroit Medical Center by COTR and Contracting Officer 10 Total Project Design Time Frame - Calendar Days 1208040 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 should be restricted to designs performed in the previous five (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 social-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, Aleda E. Lutz VA Medical Center, Contracting Office (90C), 1500 Weiss St., Saginaw, MI 48604, Attn: Sonny S. Earls, Contracting Specialist to be received by no later than 4:00 PM local time on April 16, 2010. No solicitation document is available; this is not a request for proposal. 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 advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC655/SaVAMC655/Awards/VA251-P-0867.html)
 
Document(s)
Attachment
 
File Name: VA251-P-0867 VA251-P-0867_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201063&FileName=VA251-P-0867-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=201063&FileName=VA251-P-0867-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02448595-W 20110518/110516234409-39b598051a3681943c39a6efdb1651ee (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.