Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

C -- AE Design for Rehabilitation Center

Notice Date
5/13/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Medical Center;Contracting Officer (RM-90C);4801 Veterans Drive;St. Cloud MN 56303-2099
 
ZIP Code
56303-2099
 
Solicitation Number
VA26310RP0157
 
Response Due
6/15/2010
 
Archive Date
6/30/2010
 
Point of Contact
Wendy Hoeschen
 
E-Mail Address
Wendy Hoeschen
(wendy.hoeschen@va.gov)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: The VA Medical Center, St. Cloud, MN, is seeking a qualified A/E firm to perform A/E services to provide complete drawings, specifications, and cost estimates for the project Rehabilitation Center. Competition is sought on an unrestricted basis. No set asides apply to this announcement. PROJECT INFORMATION: The A/E firm will survey subject areas and develop a bid package for design and construction of the subject project within the constraints of the proposed budget. The A/E shall also ensure that the completed designs are in full compliance with all applicable codes and VA design guidelines. A Firm Fixed Price contract is contemplated with a qualified A/E firm. The NAICS code for this acquisition is 541310, Architectural Services. The Construction Range for the project is between $5,000,000 and $10,000,000. The successful applicant shall be responsible for the coordinated design for the construction of a new 18,000 SF Rehabilitation Center. This also includes: Allows for consolidation of all Rehabilitation Programs. Programs currently located in two different buildings. Consolidated clinics include Physiatry, Physical Therapy, Occupational Therapy, Kinesio Therapy, Speech, VIST (Visual Impairments Services Team), Low Vision services Increases patient privacy in Physical Therapy. New parking and building improves patient access to clinic. Expands Program to include Polytrauma/TBI (Traumatic Brain Injury), Spinal Cord Injuries and Disorders (SCI/D) and VIST populations Includes ceiling lifts and specialty equipment for safe patient handling of SCI and bariatric patients. Includes an Independent Living Skills (ILS) lab for skills training for TBI patients. Rehab Center will support a Transitional Rehab program for TBI patients, with 8 existing beds in the Community Living Center (CLC) to be designated for this program. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Specific experience and professional qualifications of personnel proposed for assignment to the project and record of working together as a team. (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. (Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously). (4) Past record of performance on contracts with the Department of Veterans Affairs or other government agencies 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. (6) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, Building Commissioning, Leadership in Energy and Environmental Design, specification writing, and construction surveillance skills as described herein. SUBMISSION REQUIREMENTS All responding firms, including consultants to the primary firm are required to submit one completed original and 3 copies of Standard Form 330 Architect-Engineer Qualifications. Potential contractors must be registered in CCR (www.ccr.gov) at the time of submission of their qualifications in order to be considered for award. Solicitation packages will not be provided, and no additional project information will be given to firms during the announcement period. The Government will not pay nor reimburse any costs associated with responding to this sources sought synopsis request. Interested firms shall submit required documents no later than 2:00 p.m., Central Standard Time, June 15, 2010, to VA Medical Center, Wendy Hoeschen, Contracting Officer (90C), 4801 Veterans Drive, St. Cloud MN 56303. NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified. Scheduled Oral Presentations will follow. All firms are reminded, if a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for the part of the work it intends to subcontract. The target subcontracting goals for this contract are as follows: a minimum of 28.5% of the contractor ™s intended subcontract amount be placed with small businesses, 5% be placed with small disadvantaged businesses, 5% be placed with women-owned small businesses, 3% be placed with HUB Zone small businesses, 10% Veteran-owned small businesses and 7% be placed with Service-Disabled Veteran Owned Small Businesses. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiations. If the selected firm intends to submit a plan with lesser goals, written rationale must accompany the plan as to why the above goals cannot be met. This is not a Request for Proposal. Questions may be directed only by e-mail to wendy.hoeschen@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/VA26310RP0157/listing.html)
 
Record
SN02149588-W 20100515/100513235850-3a3f63004f7517db45d4c9dff29e5950 (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.