Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
DOCUMENT

C -- 603-15-2-5092-0150 Design Project 603-15-609 Pain Clinic - Attachment

Notice Date
3/17/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915N0334
 
Response Due
4/6/2015
 
Archive Date
6/5/2015
 
Point of Contact
Joseph Cowan
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Robley Rex VA Medical Center in Louisville, Kentucky has a requirement for professional Architectural/Engineering services for the performance of Project#603-15-609, 3 North and Pain Clinic Renovation for the Veterans Affairs Medical Center in Louisville, KY. The intent of the design is to refurbish the entire 3 North Wing with major renovations in the Pain Clinic and minor renovations in the remainder of the wing conducted in three phases: (1) Pain Clinic, rooms A364 - A369, (2) Waiting & Check-in, rooms A353-A362, and (3) PAVE & Podiatry Clinic, rooms A370-A389. Design will incorporate applicable VA Design Guidelines. Design will include a thorough predesign survey of existing conditions as compared to record drawings and update as required. Following predesign work, the contractor will prepare concept drawings, specs and construction cost estimate for VA staff to evaluate consistent with the Proposed Pain Clinic Layout. Design contractor will provide consultation during construction period services, including progress meetings, and provide services through the final punch list. Work includes renovation of all hallways, patient rooms, and offices at Robley Rex Louisville VAMC, Building 1; relocating walls and equipment; all necessary mechanical, electrical, plumbing associated with renovations, removal of asbestos containing materials, removing and providing vinyl flooring (LVT, VCT, and Sheet Vinyl where designated by VA Interior Design), acoustical ceiling tile & grid, new wall paint, base trim, doors, etc. All work shall be in accordance with current VA regulations and building codes and be planned for one to three separate construction projects based on estimated costs. At the completion of the project the contractor will provide 4 copies of drawings in AutoCAD 2013 format and specifications in Microsoft Word and PDF formats. The contractor will provide to the VA four CDs with all drawings and specs and four sets of drawings at completion of design. Site visit will be made by appointment with COR and contractors to verify existing conditions. NAICS code 514310 is applicable to this procurement. The Small Business size standard is $7M. A short list of the three most highly rated AE firms shall be determined from the selection of AE submissions received under this announcement. Only the three most highly rated AE firms will be provided further consideration under this requirement. Those firms not selected will be notified of their exclusion from the competitive range of highly qualified AE firm. Selection of firms will be made based on the following criteria: 1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria (7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (9) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with 38 U.S.C., section 8127(d). To be eligible to submit an offer or receive an award all offers must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for SDVOSB in accordance with 38 CFR Part 74. Contractors that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as "to not be an interested party and its proposal will not be considered further nor will be considered for award." This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). FAR Clause 52.236-2 (c), Design within Funding Limitation will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The estimated range of the construction costs related to this requirement will be provided in the solicitation. The most highly rated AE firm shall be further advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed 6% of the estimated cost of the construction project plus any fees for related services and activities. Interested A/E firms must submit one (1) hard copy of the Standard Form (SF)330, along with one (1) electronic copy on Compact Disc in "Adobe Acrobat pdf" format. ? All SF330's shall be submitted by Monday, April 06, 2015 at 2:00pm ET. Offers shall be addressed to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 C/O: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue, Building #3, Room 3222 Louisville, Kentucky 40206-1433 This is not a formal Request For Proposal. The intent of this notice is to identify qualified AE firms capable of fulfilling the requirements to complete a full design of Project #603-15-609, 3 north and Pain Clinic renovation for the Veterans Affairs Medical Center in Louisville, KY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0334/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0334 VA249-15-N-0334.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1921848&FileName=VA249-15-N-0334-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1921848&FileName=VA249-15-N-0334-000.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: Department of Veterans Affairs;Louisville VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
Zip Code: 40206
 
Record
SN03670846-W 20150319/150317235903-619d9cefdb8011a6904fbc60aa480ab8 (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.