SOLICITATION NOTICE
C -- A/E Design for Replacment of Building 1 Plumbing
- 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-0170
- 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 528A8-07-807ES Replace Plumbing 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 determine requirements for construction c) Submittal of conceptual drawings showing design proposals which accommodate the needs of the project. 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 mechanical. 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 plumbing modernizations in various buildings at the Stratton VA Medical Center, a 55 year old, high rise Medical Center. Many of these systems are original. These tasks include, but are not limited to a) Replacement of drain, waste and vent piping in Building 1, 2 and 3 and 4. Piping is in chases and the Crawl Space under the Basement level. c) ACM abatement on hot, hot recirculating and cold water pipes and architectural considerations to access the plumbing. d) Replacement of water isolation valves on branches from mains e) Install check valves at mixing valves or replace mixing valves f) Evaluation of condition of two existing 25,000 gallon water tanks and design of replacement with pressure tanks and/or pumps. Replacement of tanks to be included in this project, if needed. Circulation improvements are needed in the tanks. g) Installation of air vents at the top of the low hot water zone. h) Evaluation of condition of two existing house pumps and design of replacement pumps, if needed. 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 plumbing systems for the delivery 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 one 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. VA528-07-RP-0170 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
- SN01343179-W 20070718/070716220517 (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 |