SOLICITATION NOTICE
C -- A/E DESIGN FOR CONSOLIDING LABS
- Notice Date
- 12/9/2007
- 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
- VA528-08-RP-0031
- Response Due
- 1/10/2008
- Archive Date
- 3/10/2008
- Point of Contact
- Kellyann Bruno Contract Specialist (518) 626-6979
- E-Mail Address
-
Email your questions to Contract Specialist
(Kellyann.Bruno@va.gov)
- Small Business Set-Aside
- N/A
- 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 528A8-08-823, Consolidate Labs at the Stratton Veterans Affairs Medical Center (VAMC), Albany, New York. POC: Ms, Kellyann Bruno VA Contracting Officer, VISN 2 Network Contracting Activity (90NCA) 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. Contract award is anticipated in August 2007. The Construction Cost Range for Project 528A8-08-823 is between $250,000.00 and $500,000.00. SCOPE OF SERVICE: AE design and construction period services for a two phase project to renovate 13,874 GSF of a 1950 style clinic laboratory located on the second floor, B- Wing BLDG 1 Stratton VAMC Albany NY. Phase 1 includes design and construction period services to replace the existing air handling unit, with all associated electrical, ductwork, structural, architectural and abatement. The design of the air handling unit needs to include all design requirements for phase 2 of this project. Phase 2 is a feasibility design study to consolidate the Coagulation and Histology labs (6, 200 GSF) located on the third floor C- Wing BLDG 1 Stratton VAMC Albany NY to the clinic laboratory located on the second floor (13,874 GSF) work includes: asbestos abatement, total gut of the existing clinic lab, new lab layout, flooring, walls, interior finishes, ceilings, fire alarm system, sprinkler system, mechanical systems, utility lines, electrical power distribution system for laboratory equipment, interior lighting, dedicated exhaust systems for lab equipment, new refrigeration equipment, dedicated emergency power for lab equipment, lab casework, lab sinks, relocating existing lab refrigeration equipment. The clinic lab shall remain in 24/7 operations therefore construction phasing is critical to the design. The VA intends to retain the AE design Firm for construction period services based on availability of funding for phase 2. 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 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 4:30 PM, Eastern Standard Time, January 10,2008 to the Issuing Office address shown above. This is a Full and Open Competitive Solicitation. 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-0031 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this solicitation. Any questions must be submitted in a Request for Information format (RFI). It must be on letterhead, have the solicitation number and name in the subject field and a signature. RFI may be submitted via e-mail to Kellyann.bruno@va.gov. Please all 48 hours for a response, no phone calls please. Site visits are encouraged, but a request must be submitted in writing via e-mail or mail for an appointment.
- Record
- SN01466671-W 20071211/071209223102 (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 |