SOURCES SOUGHT
C -- AE RENOVATE / RELOCATE PSYCHIATRY
- Notice Date
- 8/7/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
- ZIP Code
- 46202
- Solicitation Number
- VA-251-07-RP-0142
- Response Due
- 9/7/2007
- Archive Date
- 12/6/2007
- Small Business Set-Aside
- N/A
- Description
- Project Number 583-323 at VA Medical Center, Indianapolis, Indiana. Construction period services required. Architect-Engineer services are required for the redesign of the 5 East area (approx. 7150 SF) shall include the complete demolition of the existing area including the removal of all walls, ceilings, and utilities as well as the complete removal of all asbestos containing material (ACM) from 5 East. The design for new construction shall include 14 standard patient bedrooms, 4 Geriatric patient bedrooms, and two seclusion rooms, all with private bathrooms, along with a centralized supervisory nurse's station as well as support offices for VA staff and recreational space for inpatient use. The newly renovated 5 East area will need to be equipped with contractor furnished/contractor installed video and security surveillance systems to maximize patient safety and exterior windows will need to be replaced for security purposes. All design work shall meet compliance with VA design criteria standards for Inpatient Behavioral Health and Medical/Surgery applications. The area of consideration is within a 300-mile driving distance of the medical center. The A/E shall provide a completed As-Built set of drawings (in AutoCAD), as well as fifteen (15) sets of final documents (specifications and drawings) for prospective bidders. A/E services include the development of contract drawings and specifications for bidding purposes, Construction Period Services, Site visits and As-Builts. The magnitude of construction price range is between $1,000,000 and $5,000,000. Applicable NAICS code is 541330. Interested firms are required to submit Standard Form (SF) 330 (2 copies), Part 1 and Part 2 to the attention of the Contracting Officer no later than September 7, 2007. SF 330 can be downloaded from www.gsa.gov. SF 330 qualification packages that are sent via U.S. Postal Service shall be addressed to VA Medical Center, 1481 West 10th Street, Indianapolis, IN 46202, Attn: Contracting Officer (90CSC-D. Barker). SF 330 qualification packages may be hand carried or sent via commercial delivery service (i.e., FedEX, UPS, etc.) to Building 7, 2669 Cold Springs Road, Indianapolis Indiana, 46222, Attn: Contracting Officer (90CSC-D. Barker, Room 216). Design work includes all mechanical, plumbing, electrical, structural and general architectural work. The A/E firm selected shall provide a construction cost estimate, submittal tracking log, construction drawings and specifications at each of the four (4) design reviews (35%, 50%, 95% and 100%). Required completion time is 220 calendar days after contract award, which includes 20 calendar days for government review. A/E shall design space based upon latest VA design space functionality and operational program criteria in conjunction with community/industry standards. The space will be designed in compliance within Uniform Federal Accessibility Standards (UFAS), current VA Health Care Standards and applicable codes such as NFPA, JACHO, NBC, local ICCR policy, etc. Design shall be in accordance with the latest VA and industry standards regarding energy efficiency and safety/ergonomic considerations. At the final submission, A/E shall provide reproducible vellum and a CD-ROM copy of plans in an Auto-Cad program version compatible with VA facility Auto-Cad program version. Selection criteria (not necessary listed in order of importance) includes: 1) team proposed for this project; 2) proposed management plan (team organization); 3) previous experience of proposed team; 4) location and facilities of working offices; 5) proposed design approach (design philosophy/anticipated problems and solutions); 6) project control (techniques planned to control the schedule & costs and responsible personnel); 7) estimating effectiveness (10 most recently bid projects); 8) sustainable design (team design philosophy and method of implementing); 9) miscellaneous experience and capabilities (interior design, CADD, value engineering & life cycle cost analyses, environmental considerations, energy conservations & new energy resources, and fast track construction); 10) awards received for design excellence; 11) type and amount of liability insurance carried and litigation involvement over the last 5 years & its outcome. Firms that submit SF 254 and SF 255 packages will not be considered during the selection process. THIS IS NOT A REQUEST FOR PROPOSAL. No bid packages are available.
- Web Link
-
Contract Specialist
(http://www1.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA%2D251%2D07%2DRP%2D0142/deborah.barker@va.gov)
- Place of Performance
- Address: VAMC;1481 W. 10TH STREET;INDIANAPOLIS, INDIANA
- Zip Code: 46202
- Country: UNITED STATES
- Zip Code: 46202
- Record
- SN01364359-W 20070809/070807220830 (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 |