Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2007 FBO #2060
SOLICITATION NOTICE

C -- Replace Fire Alarm System - A/E Services

Notice Date
7/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-07-RP-0177
 
Response Due
8/7/2007
 
Archive Date
10/6/2007
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for the complete design, including construction period duties, of Project 528A8-07-809, Replace Fire Alarm System, at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms. Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) Telephone: (518) 626-6979 OFFICE ADDRESS: Stratton Veterans Affairs Medical Center, Room C-67, 113 Holland Avenue, Albany, NY 12208 CONTRACT INFORMATION: Stratton VA Medical Center (VA), Albany, New York is seeking qualified AE Firms for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services outlined above described herein. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.0 million dollars average annual gross revenues for the past three fiscal years. Architect/Engineering Contract award is anticipated in August 2007. The Construction Cost Range for this construction project is between $3,000,000 and $4,000,000. SCOPE OF SERVICE: The Architect/Engineering firm shall provide all necessary design services for the development of detailed drawings and specifications for the referenced project. A/E services shall include, but not limited to a) A survey of the existing area and services to provide data for design b) Meeting with Facilities Management to gather input for construction and review progress drawings. c) Submittal conceptual drawings showing design proposals which accomplish the installation of the replacement Fire Alarm System, while keeping the existing system operational and subsequently removing the existing system. d) Final design drawings and specifications which will include all necessary architectural, structural, mechanical, electrical, HVAC, telephone, and data systems, although most work is envisioned to be electrical. e) Assistance and evaluation during the bidding process f) Construction period services such as submittal and shop drawing reviews, construction site inspections, review of contractor fee proposals, time extensions, claims, and other correspondence; This project will accomplish a number of mechanical upgrades in various buildings at the Stratton VA Medical Center. These tasks include, but are not limited to a) Installation of a replacement zoned, coded, supervised Fire Alarm System in all buildings and areas at the site of the VAMC. The biggest building is approximately 650,000 sf and is a high rise building. b) Fire Alarm System shall include all devices necessary for a complete system including but not limited to pull stations, smoke detectors, strobes, and chime/horns and appropriate signage. c) Duct smoke detectors and dampers to include engineered smoke control in those areas of the hospital which have central ventilation and provision of a central system for future central ventilation engineered smoke control are included. d) The building is totally sprinklered. Water flow devices and tamper switches are included. e) Firemen's service to the elevators is also included. The Project design and preliminary studies will incorporate computer-aided drafting (CADD) and Microsoft Office formats. The goal of the project is to provide more reliable Fire Alarm System for the provision of health care for Veterans. 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 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; (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) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minority owned consultant(s) and/or women-owned consultant(s) SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit three completed Standard Form 330. Submit required documents no later than 4:30 PM, Eastern Standard Time, August 7, 2007, to the Issuing Office address shown above. 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, specification writing, and construction surveillance skills as described herein. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Request for Proposal No. VA-528-07-RP-0177 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. This is not a Request for Proposal.
 
Record
SN01343178-W 20070718/070716220516 (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.