Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
DOCUMENT

C -- 596-12-103 A/E PROJECT RENOVATE PROSTHETICS - Attachment

Notice Date
3/23/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Linda R. Dickey;Department of Veterans Affairs;VAMC;1030 Jefferson Avenue;Memphis, TN 38104
 
ZIP Code
38104
 
Solicitation Number
VA24912I0027
 
Response Due
4/24/2012
 
Archive Date
6/23/2012
 
Point of Contact
Linda R. Dickey (90)
 
E-Mail Address
r
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Center, 2250 Leestown Road, Lexington, KY has a requirement for the following services: Provide all necessary architectural and engineering services required to prepare Schematic Design (SD) Development, Design Development (DD), Construction Documents (CD) and Bid Documents, for Project No. 596-12-103 "Renovate Prosthetics" located at the Leestown Division Lexington, KY VAMC. Design period services shall include drawings, specifications, and cost estimate reflecting specific tasks identified therein, in addition to on-site meetings with professional and administrative staff, site investigative work and review of existing documents. AE staff and consultants shall be adequately knowledgeable of the various subordinate design disciplines, including but not limited to, IH, MEP, structural, fire protection, life safety, and other building/utility systems required. This project will renovate approximately 3,400 SF of space in Building 1 Ground floor for Prosthetics. The project will right size the Prosthetics Department at the Leestown Division by repurposing space between Prosthetics and the adjacent Phlebotomy room (Phlebotomy space will be vacated in a transitional move out). Renovation will include reconfiguration of the floor plan to also resolve privacy issues and updates to architectural finishes, electrical, mechanical, and fire protection systems. The consultant shall include design for UFAS compliance for possible revised building entries and toilets along with other aspects of accessible design. Replacement of deteriorated mechanical and plumbing system piping is to be evaluated and included. Consultant will be designing for energy efficiency so replacement of lighting and inclusion of lighting alternates shall be part of the services. In addition the floors in the building may require removal and new finishes if budget allows. Project should include the evaluation of the heating and cooling system to meet current VAMC requirements especially pertaining to exhaust and outside air. A/E shall subcontract to an independent fire protection engineering firm, approved by the VA, or expertise as part of the design and construction, licensed in the state of Kentucky, to perform an independent Contract Document Review consisting of the engineering design drawings and specifications for fire protection systems such as building sprinkler system, fire alarm, other fire protection equipment, and Building Life Safety requirements. The independent firm shall submit a fire plan review, First Submission for the Design Development submission, since the plans and DRAFT specifications will be developed at that position in order to have a fire safety prevention effect and avoid any costly change orders to the facility and a Second/Final Submission at the Construction Document submission to finalize or follow-up on the fire plan review recommendations affecting the outcome of the engineering project at the facility. Asbestos Containing Materials are present in Buildings 1. The VA will provide past survey documents for the buildings; however, it has been determined that the information is not reliable for a project of this type. The consultant will provide testing and design services for mitigation of asbestos containing materials for the areas involved in the renovation. This will also include mitigation of asbestos containing materials in the crawl space of Building 1 if any construction or demolition work is required. Digital copies of the as-builts are limited. The consultant will be expected to fully investigate and confirm the validity of hard copy as-builts and other drawings. This will include independent investigation of the VAMC's flat files by the consultant to determine and procure the information required for the complete design. Project design shall clearly show work required, phasing of work required, and instructions to construction contractor regarding how to accomplish the necessary renovations in a 24/7 medical environment taking into consideration demolition, dust control, infection control, and specialized facility requirements as discussed with VA staff. Also included will be limitations, e.g. work required to be completed outside of standard administrative hours, work limited to periods shorter than a single shift, etc., for specific locations in the project. Bid deductions will be built into the scope of work of the project to allow for flexibility in construction award. The contract completion for bid document submission will be 150 calendar days from Notice to Proceed and 540 calendar days for completion of construction. The magnitude of the project is between $25,000 and $100,000. The area of consideration is limited to a 250 mile radius of the VA Medical Center, Lexington, KY. The NAICS code is 541310 and the small business size standard is $4.5 million. This procurement is 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB). AE selection criteria will include: 1) Team proposed for the project; 2) Proposed management plan; 3) Previous experience of proposed team; 4) Location of AE firm; 5) Proposed design approach; 6) Project control; 7) Estimating effectiveness; 8) Sustainable design; 9) Miscellaneous experience and capabilities. This is not a request for proposal. One original copy of SF330 and three copies of the SF330 on compact disc (CD) shall be mailed to Ms. Linda R. Dickey, Contracting Officer (90C), 1030 Jefferson Avenue, Memphis, TN 38104, no later than April 24, 2012. No faxed or emailed SF 330s will be accepted. Contractors must be verified in VETBIZ and viewable at the time of submission of offer and must be registered in Central Contractor Registration (CCR). If you have questions, please contact Ms. Linda Dickey at Linda.Dickey@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MeVAMC/VAMCCO80220/VA24912I0027/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-I-0027 VA249-12-I-0027.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312081&FileName=VA249-12-I-0027-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312081&FileName=VA249-12-I-0027-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VAMC;2250 Leestown Rd.;Lexington, KY
Zip Code: 40511
 
Record
SN02704632-W 20120325/120323235237-0f957b01db7b30b3255b13ad607dd674 (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.