Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
DOCUMENT

C -- AE Design for OR-GI-ON Renovation at FHCC - 556 - Attachment

Notice Date
4/12/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee 53214-1476 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12R0375
 
Response Due
5/14/2012
 
Point of Contact
Kevin Culley
 
E-Mail Address
Culley@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
REQUEST FOR SF 330's - OR-GI-ON AE 1.This is a request for Standard Form 330, not a request for proposal. Provide Professional architectural and engineering design services for renovations to Building 133 at the Captain James A. Lovell Federal Health Care Center (FHCC), North Chicago, Illinois. 2.The firm shall be listed in CCR under NAICS code 541310 and provide Architectural/Engineering design services at the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC) for the Design Development, Construction Document and Construction Administration phases of design, utilizing the provided programming / schematic design information for the renovation of the old Operating Room (OR) area, the relocation and renovation of the gastroenterology (GI) department including procedure rooms, and the renovation of the Oncology (ON) area. Work includes general renovation of the Operating Room (OR) area in Building 133-2C (3000SF); relocation of Gastroenterology (GI) department including Endo procedure rooms to Building 133-3B (11,000SF) and renovation of Oncology area in Building 133-3A (7000SF) to meet current standards (TJC, FHCC, VA, DoD/DoN) and codes for noted areas. The project is a phased construction project, GI Renovation followed by the OR & ON Renovations. Demolition, renovation and environmental work are included in the construction scope. The Oncology area renovation will include eight (8) chemotherapy infusion chairs. The GI Renovation phase shall be designed around three (3) new procedure rooms and associated support areas. The OR Renovation project shall be designed around one (1) new operating room and one (1) Cystoscopy procedure room with associated support areas. The buildings are currently occupied and phased construction included in design is a requirement. Building 133 was built in 1958 and has had several renovations in various areas performed. The second and third floors are approximately 34,000SF, A-wing about 14,000SF, B-wing about 10,000SF, and C-wing about 10,000SF. All services provided in the SOW shall meet local, state, federal, VA, DOD/DON, ADA, NFPA, Life safety codes, and MIL-HDBK-1191 directives and code requirements. The awarded A/E firm will develop standard construction documents for bidding and construction by a qualified contractor. The A/E firm will also provide construction administration. 3.Area of consideration is restricted to 1000 miles of FHCC, North Chicago IL 60064. The desired area of consideration is within a 150 mile radius of the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC). Responses received outside the 150 mile radius will receive a lower rating during the evaluation process (item 6(i) below). 4.Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. The A/E firm must be an SDVOSB verified company as recognized in the VetBiz system as a CVE verified SDVOSB firm at time of receipt of SF 330's. 5.The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance which shall be performed by the employees of the firm. 6.Selection criteria for this IDIQ will be based on the following in descending order of importance: a.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of design services required b.Specific experience and qualifications of personnel proposed for assignment to the project c.Past record of performance on Contracts with the Department of Veterans' Affairs d.Professional capacity of the firm in the designated geographic area of the project to perform work e.Maintaining project schedules and project budgets f.Knowledge in design and construction requirements g.Cost control effectiveness and estimating accuracy h.CVE verified Service Disabled Veteran Owned Small Business (SDVOSB) i.Location and Facilities of Working Offices j.OSHA Safety Record k.Awards l.Insurance and Litigation 7.A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy and one (1) electronic copy of the completed Standard Form (SF) 330 no later than noon (12:00 PM) CST, May 14, 2012. Packages are to be sent to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Kevin J. Culley, CS 115 S. 84th St., Suite 101 Milwaukee, WI 53214-1476 Kevin.culley@va.gov 8.No bid packages are available. This is NOT a Request for Proposal (RFP). NAIC No. 541310 applies. The new Small Business Standard of $7.0 million applies. Cost Range $5,000,000.00 - $10,000,000.00. Your submittals will be evaluated per section 6 above and the top three (3) rated firms will be contacted for interviews. Only one (1) firm will be selected for award of this OR-GI-ON A/E contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12R0375/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-R-0375 VA69D-12-R-0375_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321759&FileName=VA69D-12-R-0375-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321759&FileName=VA69D-12-R-0375-003.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: NCO-12 Great Lakes Acquisition Center;Construction Team;115 S. 84th Street, Suite 101;Milwaukee Wisconsin
Zip Code: 53214
 
Record
SN02720507-W 20120414/120412235219-680307bb5d6c92b88e83d8187ab48a90 (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.