SOLICITATION NOTICE
C -- FCA Interior Finishes Upgrade
- Notice Date
- 10/23/2009
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Cheyenne VAMC (442/90C);2360 East Pershing Blvd;Cheyenne WY 82001
- ZIP Code
- 82001
- Solicitation Number
- VA-259-10-RP-0006
- Response Due
- 11/23/2009
- Archive Date
- 1/22/2010
- Point of Contact
- Jane GoldingContract Specialist
- E-Mail Address
-
Contract Specialist
(jane.golding@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Cheyenne Veterans Affairs Medical Center (VAMC) is seeking qualified professional design services from an architect/engineering (A/E) firm to develop work drawings and specifications for a project involving architectural including painting, carpentry, ceilings, floors, cabinets, windows, signage, etc. Work will provide maintenance and repair of interior space. A/E will assess and design an upgrade of the following items.1.Replace VCT flooring in corridors of building 1 Clinical Addition (1CA) in the following areas. A/E to provide pattern with at least three colors. a.North south corridors C1-45 to include east west corridor C1-43 b.North south corridor C1-18 and C1-8 to intersection of corridor C1-21 c.East west corridor C1-21 d.Include all alcoves, vestibules, foyers that run into these corridors. 2.Replace the ceiling tiles and grid with Cheyenne VA standard acoustical ceiling tiles in the following areas. a.North south corridors C1-45 to include east west corridor C1-43 b.North south corridor C1-18 and C1-8 to intersection of corridor C1-21 c.East west corridor C1-21 3.Prep and paint walls, doors & frames in the following corridors. a.North south corridors C1-45 to include east west corridor C1-43 b.North south corridor C1-18 and C1-8 to intersection of corridor C1-21 c.East west corridor C1-21 4.Upgrade all public bathrooms in building 1CA, to include plumbing valves and faucets and piping connections, replace or repair exhaust fans, floor and wall tiles, paint, and ceiling tiles. Exclude any bathroom that has been renovated within the past 5 years. Approximately nine (9) bathrooms. Verify locations with COTR. 5.Upgrade all patient bathrooms in building 1CA, to include plumbing valves and faucets and piping connections, replace or repair exhaust fans, floor and wall tiles, paint, and ceiling tiles. Exclude any bathroom that has been renovated within the past 5 years. Approximately 17 bathrooms on medium to high priority and 5 on low priority. 6.Install soap catching trays/cups that match the manufacturer of the automatic soap dispensers on the entire campus. 7.Remove and replace the rubber base in the ICU area with new base with manufactured inside and outside corners. 8.Remove and replace hadrails/wallguards on the second floor of 1CA and building 1. Also install crashrail above the rubber base in the same area. Note install both items in areas that presently do not have any installed that should be. 9.Install crash rails in all areas of the hospital that have handrail/wallguards that currently do not have any installed. This is to include surgery and intensive care unit. 10.Install handrail/wallguard with crashrails in the dental suite. 11.Install eating counter in the vending area along the west wall at ADA height using a solid surface material. 12.Install an information display tack strip in C125 conference room. 13.Touch up wood wainscot paneling in C-125, refinish as needed. 14.Remove the wood paneling in the following rooms and texture and paint the walls. C-126A, C-126, C-115, C-115A. 15.Remove and replace the flooring in the following rooms. C-111, C-112, C-112, C-114, C-115, C-115A, C-126, C-126A. Verify these rooms have the VA standard acoustical ceiling tiles. If they don't remove and replace tiles and grid. 16.Complete all signage per master plan not included in previous projects. 17.Stairwell paint by CLC back entry The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial estimate and preliminary design submission, a 50% design submission, and a 95% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the contraction. The AE will provide 10 sets of drawings and specification for procurement. Evaluation factors to be considered will be: 1.Professional qualifications necessary for performance of required services. List of individuals/team who will be performing the work. 2.Specialized experience and technical competency of the AE's team that will be performing the work with similar type projects. 3.Capacity to accomplish the work in the required time. 4.Past performance on contract with government agencies and private industry. 5.Geographical location of A/E firm, knowledge of the Cheyenne area and estimated response time to Cheyenne VAMC to be on site physically. 6.Experience roles of key design personnel specifically on related projects. 7.Cost control and estimating effectiveness. 8.CAD capability. The estimated construction cost of this procurement is between $500,000 to One Million. The NAICS Code is 541310. THIS ANNOUNCMENT IS NOT A REQUEST FOR PROPOSALS; NO SOLICITATION PACKAGES WILL BE ISSUED UNTILL AFTTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit (2) copies of their current SF330 no later than December, 2009 to the Contracting Officer shown above. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do. Award is pending availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CeVAMC/VAMCCO80220/VA-259-10-RP-0006/listing.html)
- Record
- SN01991160-W 20091025/091023234935-9b6ec2fc0f5b2df5aa6b2d3d5f5e9dae (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 |