Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
DOCUMENT

C -- A/E DESIGN - PARKING GARAGE - Attachment

Notice Date
2/22/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24412R0300
 
Response Due
3/23/2012
 
Archive Date
4/2/2012
 
Point of Contact
Mike White
 
E-Mail Address
l.white9@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: - The Wilmington Veterans Affairs Medical Center (WVAMC) is seeking Service Disabled Veteran Owned Small Business (SDVOSB) Architect and Engineer (A/E) firms. The A/E firm must be registered under NAICS 541310 Architectural Services, with a small business size standard of $4,500,000 capable of preparing all design documents and performing all construction period services associated with project; 460-321, NEW PARKING GARAGE. The selection process to choose the firm to provide a proposal for this project will be conducted in two phases. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms by reviewing all submitted compliant Standard Form 330, ARCHITECT ENGINEER QUALIFICATIONS packages, and utilizing evaluation factors that include: I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; See attached A/E INTERVIEW SCORE SHEET. Phase II shall consist of a interviews and presentations given by firms selected to advance from Phase I. Phase II of the evaluation process will result in a narrowing of one firm to submit a proposal. Phase II evaluation factors that include I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; VI- Project Control; VII- Estimating Effectiveness; VIII- Miscellaneous Experience & Capabilities; IX-Awards; X Insurance and Litigation; See attached A/E INTERVIEW SCORE SHEET. Interview date and times for the Phase II portion of the evaluation process will be determined after completion of Phase I. The A/E firms advancing to Phase II shall be notified of the date and time of their interview and presentation. The entire A/E design package will be included in the Request for Proposal (RFP) offered to the A/E firm that is determined to be the best qualified to complete this project after Phase II has concluded. The RFP shall be completed and returned for a price evaluation. The following is a partial SCOPE OF WORK Scope of Work A. General Overview This project recognizes the limited amount of parking currently available on the Wilmington, DE VA Medical Center Main Campus. See attached site plan for more information (Attachment I). The project will investigate the feasibility of constructing a parking structure to accommodate approximately 500 additional vehicles on the existing VA campus. Should the investigation yield positive results, schematic and design development will follow. The design must comply with all VA criteria as well as applicable codes and standards. All parking levels must be fully covered, including the uppermost level, to protect from inclement weather and prevent accumulation of precipitation. In addition, a barrier must be provided around each level for fall and suicide prevention purposes. Furthermore, the entire structure must be fully outfitted with security cameras tied into the existing security master system, be fully lit, have fire and smoke detection tied in existing facility-wide system, have fire suppression system, have blue light phones tied into the existing security master system, and must have the ability to lockdown should an emergency situation arise. B. Project Specifics The A/E contract shall be for a fully developed site analysis with the provision for optional award of the schematic design, working drawings and construction period services. The site analysis is the first phase of the design process, wherein the A/E will analyze Wilmington VAMC Main Campus to determine numerous alternative solutions to close the current parking gap. Solutions may include but are not limited to the construction of (1) a single multi-story parking structures, (2) multiple single-story parking structures, (3) additional exposed parking or (4) any combination thereof. The following information shall be outlined for each solution, at minimum: Location, including distance to main building Include drawings as necessary Environmental impact Include flood plain locations Anticipated issues and proposed solutions Extent of site preparation required, including but not limited to demolition of existing structures, civil, structural and utility work Recommended construction phasing to limit the disturbance of existing facility activities and construction projects Net increase in parking spaces Estimated total cost of demolition, construction and renovation The site analysis shall also include a study of both the existing and proposed traffic patterns entering, exiting and throughout the main campus. This study shall consider the introduction of a new entrance roadway to be constructed under a future project. The new roadway will be located on the west side of the existing Care Living Center (CLC) and will intersect Kirkwood Highway at Maple Avenue. See Attachment J for proposed roadway location. Schematic design is the second phase of the design process, wherein the scope of the project becomes clearly defined and the basic requirements of the project are established through the application of VA criteria, applicable codes and standards. This phase will commence if and only if the site analysis is approved by the facility and a Notice to Proceed (NTP) is issued to continue with design development. The schematic design will include a detailed cost estimate and schematic drawings that are sufficiently complete to clearly define the scope as described in this document and the basic requirements of the project. Also required for schematic design is a list of all specifications needed for this project taken from the VA master Construction Specification list. Considerations during the schematic design phase include, but are not limited to, the following: Public advertisement and review requirements of the city, county and state governments Force Protection and Mission Critical Security Standards Fall and Suicide Prevention Possibility of renewable energy / solar array or green roof application Use of swipe cards for employee access Recharging stations for electric cars Use of vacancy indicators for each parking lot/garage Possibility for covered walkways / pedestrian bridges from parking areas to main building. Area for government vehicles and storage on ground level with enclosed, temperature regulated office space. Area for influenza drive through clinic with appropriate power and IT connections, HVAC, etc. Design Development is the third phase of the design process, wherein the design of all building systems progresses until a final design is accepted and Contract Documents are submitted to the VA. This phase will commence if and only if the schematic design is approved by the facility and an NTP is issued to continue with design development. Additional information regarding other specifics of the scope of work, other services included in this contract, submission requirements and schedule will be provided in the solicitation offered to the firm chosen to provide a proposal. Final construction documents shall include multiple bid alternates totaling 20% of the total projected construction cost. The Preliminary Construction cost estimate for this project has been calculated to be between $5,000,000 and $10,000,000. Interested firms SHALL be registered with the Central Contractor Registration (CCR) www.ccr.gov, Vendor Information Pages (VIP) www.vip.vetbiz.gov, and On Line Representations and Certifications (ORCA) https://orca.bpn.gov/ web sites at time 330 Packages are due to the Wilmington VA Medical Center contracting office. All Joint Ventures shall follow the guidelines in Information Letter (IL) 049-06-4 dated March 9, 2006. See attached IL. To be considered for this contract Firms shall submit four (4) copies of their Standard Form 330 along with one CD copy of their Standard Form 330 to: MAIL TO: WILMINGTON VETARAN AFFAIRS MEDICAL CENTER ATTN: MIKE WHITE - ANNEX BUILDING, ROOM 113 1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805. HAND DELIVER TO: DEPARTMENT OF VETERAN AFFAIRS ATTN: MIKE WHITE - ROOM 113 20 MONTCHANIN ROAD GREENVILLE, DE 19807-2160 The package shall be clearly marked STANDARD FORM 330 ARCHITECT ENGINEER QUALIFICATIONS FOR - RFP VA244-12-R-0300, PARKING GARAGE (Attention: Mike White) . SF 330 package submissions shall indicate FOR OFFICIAL USE ONLY . Written inquiries regarding this announcement can be sent to the address listed for the receipt of Standard Form 330's or via e-mail to Michael F. White michael.white9@va.gov Insert VA244-12-R-0300, PARKING GARAGE in the subject line when sending e-mail. Packages must be received by the WVAMC contracting by mail or hand carried no later than 4:00 PM Eastern Standard Time on March 23, 2012. E-mail and FAX SF 330 submissions will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24412R0300/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0300 VA244-12-R-0300_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299285&FileName=VA244-12-R-0300-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299285&FileName=VA244-12-R-0300-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02680576-W 20120224/120222235050-17739eb7a204cca014c5440d29a525b0 (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.