Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2010 FBO #3030
MODIFICATION

C -- Expand East Parking Structure

Notice Date
3/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
 
ZIP Code
61832-5198
 
Solicitation Number
VA-251-10-RP-0099
 
Response Due
4/9/2010
 
Archive Date
7/17/2010
 
Point of Contact
Joe H EmbryContract Specialist
 
E-Mail Address
Contract Specialist
(joseph.embry@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. VA ILLIANA Health Care System, Danville, IL 61832 is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 506-310 Expand East Parking Structure. The A/E shall design a complete construction document package, ready for construction bidding, for the modernization of the kitchen and canteen at the VA Medical Center, 2215 Fuller Rd, Ann Arbor Michigan, 48105.The A/E shall include the following in the design effort:. Provide architect-engineer (A/E) services to design an expansion of the East Parking Structure for the VA Ann Arbor Health Care System (VAAAHS) in Ann Arbor, Michigan. Work includes the site investigation, work with City of Ann Arbor to coordinate right-of-ways, structural analysis, and preparation of complete construction documents ready for bidding. General. This project will provide design services for the expansion of the East Parking Structure (EPS). The existing parking structure is to be expanded to the north in a grass area adjacent to the existing structure. The expansion will be designed in a way so as to result in a contiguous structure. The expansion shall meet all life safety and applicable building codes as well as all VA standards for this type of structure. The project design will be phased to minimize disruption to traffic and parking at the site. The existing portion of the East Parking Structure shall remain in operation during both the design and construction phase of the expansion. The scope of work shall also include an evaluation and completion of construction documents outlining maintenance and upgrades required to bring the existing portion of the East Parking Structure and the West Parking Structure up to reasonable high standards. This could include (but is the determination of the A/E) things such as caulking joint replacement, oil removal, general cleaning, striping, or other general maintenance. The scope of work shall also include the schematic evaluation of expansion upward of the West Parking Structure. This evaluation, schematic in nature, will include a determination of if the West Parking Structure can be increased in the number of decks and how many. It is believed the structure was originally constructed to hold additional decks, but it needs evaluation. Original construction documents are available. It shall also include an evaluation and recommendation of the existing entrance and exit location, along with their efficiency and ease of use. The design drawings shall be accomplished on computer utilizing Auto CAD 2009 (or later version) following the specifications for CAD deliverables. STATEMENT OF A/E TASK: The A/E contract shall cover work consisting of the preparation of schematics, construction documents, and construction period services in support of the expansion of the East Parking Structure. This shall consist of necessary preliminary evaluation such as site survey work, verifying existing drawings of both the site and existing structure, records and existing conditions and analyzing utility systems. Structural analysis shall be accomplished and submitted in conjunction with the 25% construction document submission. The A/E will examine the existing structure and submit as a part of the expansion, an evaluation of the structural status of the existing east parking structure. There has been substantial post construction settling in the existing structure and a portion of this task shall be the evaluation of that structure. The A/E will include as a portion of the design task, design documents for maintenance of the existing portion of the East Parking Structure. The level of maintenance of the existing portion of the East Parking Structure shall consist of (as a minimum) caulking replacement, washing (steam possibly or other) of the floors, and restriping. Final recommendations of the A/E shall be forwarded as to the required maintenance. The A/E will thoroughly survey the existing conditions of the facility and provide all necessary input to provide a superior product to the VAAAHS. The A/E will investigate options available to determine the most cost effective way to provide a desirable finished product. The A/E will prepare and provide to the VA complete specifications and contract documents as further described in the contract. The A/E will provide cost estimates for the construction project(s) as further described in the contract. The A/E will provide site visits at the request of the VA for the purpose of answering questions associated with the design and offer corrective action via letter or drawings as deemed necessary. The A/E will provide construction cost estimates with each drawing submission. Cost estimates shall provide a thorough and accurate description and pricing of all work to be performed by the contractor. The A/E shall provide competent design services utilizing personnel adequately knowledgeable of the various subordinate design disciplines. The design solution will include a written report containing a description of the proposed construction, a listing of significant existing conditions and a description of utility systems and structures, with comments on their adequacy and recommendations. PROPOSED DESIGN TIME FRAME: 180 calendar days after contract award, which includes 30 calendar days for government review of A/E document submissions. This procurement is full and open competition and is restricted to firms located within a 150-mile radius of Ann Arbor Michigan. The 150-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. The size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Estimated construction cost range is between $2,000,000 and $5,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA-251-10-RP-0099 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services (at a minimum a degreed architect/engineer must be heading the project); 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (must have qualified professionals completing each task, i.e. architectural, electrical, plumbing, HVAC, fire suppression, etc.); 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations (adequate time and staffing must be demonstrated); 4. Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located (Geographical area is 150-mile radius of Ann Arbor MI); 6. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (provide 3 references); 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and Interested firms are required to submit three (3) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Joseph Embry (90C), 1900 E. Main Street, Danville, IL 61832, by April 9, 2010 no later than 3:00 p.m. (Local Time), Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form. Inquiries may be submitted to the Contracting Officer at joseph.embry@va.gov. see Numbered Note 24
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0099/listing.html)
 
Place of Performance
Address: VA MEdical Center;2215 Fuller RD.;Ann Arbor, MI
Zip Code: 48105
 
Record
SN02088693-W 20100312/100310235448-76602b652d451b55bbe0dcf88d2378af (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.