Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
DOCUMENT

C -- Project#603-319 AE Design Parking Garage - Attachment

Notice Date
1/23/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC;800 Zorn Ave;Louisville KY 40206
 
ZIP Code
40206
 
Solicitation Number
VA24912R0017
 
Response Due
2/9/2012
 
Archive Date
4/9/2012
 
Point of Contact
Roxie Ann Keese
 
E-Mail Address
7-6108<br
 
Small Business Set-Aside
N/A
 
Description
A/E SCOPE OF WORK DESIGN PARKING GARAGE Project# 603-319 The Robley Rex VA Medical Center has a requirement for an Architectural/Engineering firm to provide design services for the construction of a new parking garage facility to be located on the medical center campus on Zorn avenue. The scope of work is as follows: A.Scope of Contract This A/E scope of work document in no way limits the responsibility of the A/E. It is intended to describe specific A/E requirements to for this project and is in addition to other documents that are part of this solicitation. The A/E is to provide all labor, materials, tools and equipment, and design services necessary for the design of project# 603-319, as synopsized within this notice. The construction phase, which will be under a separate contract, will build a new parking garage facility on the VA campus off Zorn Avenue in Louisville, Kentucky. The structure will include approximately 500 parking stalls, two elevators, CCTV surveillance Systems, be located on the north side of the main building and include two automobile access ramps and a pedestrian bridge or walkway for safe and direct access to the main building. The A/E team must also include licensed professionals in geotechnical, structural, environmental impact, traffic and pedestrian flow and other areas of project responsibility with substantial relevant experience to insure successful project completion. NEPA Evaluation Scope is to be executed by an independent sub-contractor to the A/E contractor and furnish all necessary labor and equipment for the Environmental/Historic Services requirement for the Parking Garage project in accordance with National Environmental Policy Act (NEPA), (Public Law 91?190, 42 USC 4321?4347 January 1, 1970), amendments, VA's Implementing Regulations (38 CFR Part 26) and the VA's NEPA Interim Guidance for Projects. This includes all locations the A/E determines will be directly or indirectly disturbed by this construction. Estimate the number of A/E site visits and cost for each for this phase, the NEPA contractor is to be lump sum. The VA's EA outline is to be followed unless a different outline is accepted by the VA at time of award. Specifically, this includes completing a NEPA Environmental Assessment (EA), conducting public meetings, composing and publishing public notices, and completing a FONSI if no significant impacts are found or clearly documenting any substantial issues and public controversy in preparation for developing an Environmental Impact Statement (EIS). The EIS, if required, will be developed under separated contract or by change order to the contract resulting from this solicitation. This task must be performed in coordination with the design contractor for the construction of the Parking Garage. Pre-Design scope will include site layouts with automobile and pedestrian traffic analysis. Deliverables will consist of presentations with schematics to VA management for review and comment. Design scope will include geotechnical study, automobile traffic evaluation, pedestrian traffic evaluation, coordination with private and government agencies for any street or traffic flow modifications, building entry design for coordinated access, special requirements for handicapped patients (The VA has a high percentage of handicapped patients, parking on sloped surfaces is to be held to a minimum or eliminated entirely), environmental impact and local, state, VA and national code compliance. The design will also comply with the Physical Security Design Manual for VA Facilities. The completed design package will include resolution of all areas of conflict, identifying permit requirements, all drawings and customized VA specifications necessary for construction, a written plan of operation and integrating the parking facility with the VA med center and progress presentations with drawings and plan of operation to VA management for review and approval. A/E construction phase scope will include all oversight, site visits, testing, reviewing, and report documentation necessary to monitor, facilitate, coordinate and accurately document the construction and integration of this parking facility into the adjoining automobile traffic system and pedestrian access to the VA medical center. Estimate the number of A/E site visits and cost for each for this phase. Present monthly progress presentations to VA management. The final construction documents shall bear the seal of the registered Architect. The successful AE firm must comply with FAR 52.236-22 and design the project within the funding limitations. Upon award, the AE firm will be provided the estimated construction budget for this project. This requirement is being set-aside for Service Disabled Small Veteran Owned Businesses in accordance with 38 U.S.C 8127(d). Therefore, in order to submit your qualifications and capability, as well as to be eligible for award, all offerors responding to this notice must be registered and verified in the Vendor Information Pages on VETBIZ at www.vip.vetbiz.gov at the time of submission of information. All offerors are further advised that the Class Deviation VAAR 804.1102(DEV) which provided for a fast track verification no longer applies, as this process has been discontinued. Reference is hereby made to VAAR Part 819. The Vendor Information pages will be checked upon receipt of SF330's, as well as prior to award. NAICS code 541310 is applicable to this requirement. The small business size standard is $4.5M. Interested AE firms shall respond to this notice by 2:00pm Eastern Standard time on February 23, 2012. Firms shall submit 3 hardcopies of their SF330 and 1 electronic copy of the SF330 on compact disc ( pdf file format), indicating their capability to perform the work under this requirement. Selection criteria will be based on Professional qualifications, specialized experience and technical competence as it pertains to an offeror's experience in the design of parking garages, capacity to accomplish the work in the required time, past performance on contracts with other government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, location and knowledge of the general geographical area and locality of the project; acceptability under other applicable evaluation criteria. THIS IS NOT A REQUEST FOR PROPOSAL Submission of information shall include 3 copies of SF330 and 1 electronic copy on compact disc (pdf file format) sent to: Roxie Ann Keese, Contracting Officer Robley Rex VA Medical Center 800 Zorn Avenue, Building #3 Louisville, Kentucky 40206-1433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24912R0017/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-R-0017 VA249-12-R-0017_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290132&FileName=VA249-12-R-0017-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290132&FileName=VA249-12-R-0017-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02659067-W 20120125/120123234128-244f5e6dc63f8828ef04513458232f46 (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.