Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOLICITATION NOTICE

C -- A/E Project 593-22-350-Improve Central Utility Plant Las Vegas VA Southern Nevada Healthcare System

Notice Date
9/8/2023 12:43:38 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123R0109
 
Response Due
10/6/2023 1:00:00 PM
 
Archive Date
01/13/2024
 
Point of Contact
Charee Harris, Contract Specialist, Phone: 775-788-5511
 
E-Mail Address
charee.harris@va.gov
(charee.harris@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C26123R0109 Design Improve Central Utility Plant Page 3 of 3 The Department of Veterans Affairs VA Southern Nevada Health Care System, Las Vegas, Nevada (VASNHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 593-22-350, Improve Central Utility Plant. A/E firm will provide professional architectural and engineering services, this design effort shall include: (1) concept development, (2) design development and preparing complete construction documents for the construction of an improved Central Utility Plant as described in the statement of work at the VA Southern Nevada Health Care System (VASNHCS). Scope also includes construction support services such as submittal reviews, RFI reviews and responses and, project site visits. This design effort shall include complete architectural, structural, mechanical, plumbing, electrical, life safety, vertical transport and telecom drawings and specifications for the clinics and for the necessary utility and facility support functions as required. The design shall also substantially meet the VA design criteria as listed in VA design guides and manuals which can be found on the web at the VA Office of Facilities Management technical information library site address; http://www.cfm.va.gov/TIL. The design effort shall also include review of and assure compliance with the National Environmental Policy Act, including development and submission of all documents, reports and activities necessary to obtain the required compliance. The A/E team shall comprise of, but is not limited to, the following professional disciplines: civil, geotechnical, structural, architectural, interior design, medical planning, mechanical/HVAC/ plumbing, Electrical, Fire Mission Critical, Sustainability (LEED Silver Certification), Security, IT/data (telecommunications), construction cost estimating, signage/wayfinding, and landscaping. The A/E team shall also include architectural personnel with qualified hospital, and hospital infrastructure systems design experience. One (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant s office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: Past Experience of the prime firm, consultant firms and proposed designers. Prime firm must have proven experience in health care design through construction administration. Specialized Experience and Technical Competence in hospital design with the ability to design and administer projects within a complex, active healthcare environment with stringent seismic requirements in the State of Nevada. Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm s ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases (prime firm) that are similar in scope and dollar value. Geographical location and knowledge of the locality of the project. This requirement considers the prime firm s familiarity of the applicable geographic area s architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements within the Las Vegas, Nevada area. Firms that meet the requirements described in this announcement are invited to submit required SF 330 s by 1:00 P.M. Pacific Standard Time (PST) Monday, October 9, 2023, to the following: ONE (1) electronic copy shall be sent to Mrs. Charee Harris at charee.harris@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Charee Harris, via E-mail to charee.harris@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation 36C26123R0109. NOTE: IAW FAR Clause 52-219-14(c)(1) At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.*Please do not respond unless your company can meet this limitation Attachments 1 Statement of Work Attachment 2 Past Performance Questionnaire Attachment 3 Firm Selection Rating Criteria Attachment 4 -Adjectival Rating Standards
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a22e1c18977d4d3d896a2bfd0ebb37de/view)
 
Place of Performance
Address: VA Southern Nevada Healthcare System 6900 North Pecos Road, Las Vegas 89086
Zip Code: 89086
 
Record
SN06823878-F 20230910/230908230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.