Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
DOCUMENT

C -- 596-12-105, 106 AND 107, AE DEMOLITION OF BLDGS. at VA Medical Center, Leestown Division, Lexington, KY - Attachment

Notice Date
5/8/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;(NCO 9) 90C;1030 Jefferson Ave;Memphis TN 38104
 
ZIP Code
38104
 
Solicitation Number
VA24912I0050
 
Response Due
6/7/2012
 
Archive Date
8/6/2012
 
Point of Contact
Linda R. Dickey (90)
 
E-Mail Address
k
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Centers, 2250 Leestown Road, Lexington, KY have a requirement for the following services: Provide all necessary Architectural and Engineering (A/E) services required to prepare Schematic Design (SD) Development, Design Development (DD), Construction Documents (CD) and Bid Documents, for Project Nos. 596-12-105 596-12-106 and 596-12-107 to demolish buildings 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. Project 596-12-105 will demolish buildings 5, 6, 7, 8, 23, 24, and 33 and associated utilities. Building 5 is a two story around 24,000 GSF building that was originally constructed in 1931 as nursing quarters. Buildings 6, 7, and 8 are former residences that range from 4,100 GSF to 5,100 GSF. Buildings 23, 24, and 33 are garages associated with the previous buildings. Buildings 5, 6, 7, and 8 are considered eligible for the historic register. Project 596-12-106 will demolish buildings 38, 45, and 100. Building 38 is an approximately 796 GSF former sewage pumping station. The wet well is beneath the floor slab and extends about 16 feet below grade. In addition to the wet well beneath the building, a connected below grade 399 GSF wet well will be removed along with and above ground gasoline storage tank. Building 38 is considered historic eligible. Building 45 is a 1,049 GSF former pump house. It is not historic eligible. The building also contains electrical that may need to be relocated. Building 100 is a 1,475 GSF former greenhouse and multipurpose building. Project 596-12-107 will demolish the water reservoir, Structure 44. The A/E projects will be design under one contract, but the construction portion may be under different contracts. A/E will provide proposals for each separate project. AE will provide complete submittals for each project for each design phase. The end product will be three (3) distinct bid documents detailing the work to be accomplished. 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. Performance period for the contract is 165 calendar days from Notice To Proceed. Contractor will be required to prepare schematic design, design development, construction and bid documents for the project. The A/E cost range is between $50,000 and $100,000. The construction cost range for the project is between $1,000,000 and $2,000,000. There is a two hour response time in which the Contractor must be on-site during the Construction Period Services. The NAICS code is 541310 and the small business size standard is $4.5 million. This procurement is 100% set aside for Veteran Owned Small Business (VOSB) concerns. 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 June 6, 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 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/VA24912I0050/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-12-I-0050 VA249-12-I-0050.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=336122&FileName=VA249-12-I-0050-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=336122&FileName=VA249-12-I-0050-000.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: Dept. of Veterans Affairs;VA Medical Center;2250 Leestown Rd.;Lexington, KY
Zip Code: 40511
 
Record
SN02742440-W 20120510/120508235627-e95cdeed9a74488ae50411a00af44403 (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.