SOLICITATION NOTICE
C -- A&E design for project 583-10-106 UPGRADE GI
- Notice Date
- 11/19/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
- ZIP Code
- 61832-5198
- Solicitation Number
- VA-251-10-RP-0023
- Response Due
- 12/18/2009
- Archive Date
- 3/27/2010
- Point of Contact
- Joe H EmbryContract Specialist
- E-Mail Address
-
Contract Specialist
(joseph.embry@va.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Richard L. Roudebush VAMC, located at 1481 W. 10th St.,in Indianapolis, IN 46202, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 583-10-106,Desigining a new space for the existing GI area. The A/E shall design a new space for the existing GI area. The planned area for new construction is the 8 East wing of Bldg 1, WTS, which is approximately 7,200 GSF. The new GI design shall be comprised of at least the following: Five procedure rooms A multi-bed recovery area (12 beds minimum) Several negative air scope cleaning rooms Several scope storage rooms One nurse's station One break room Several staff offices One staff locker room Three patient restrooms and two staff restrooms One doctor's charting room One patient check-in area and waiting room w/ 6 private rooms One support staff office One large supply storage area One large cart supply storage area 1-2 private recovery rooms One negative air bronchoscopy. room One negative air GI room One quiet room One soiled utility room One clean utility room Mini-library in MD work area The A/E shall address properly ventilating the scope cleaning rooms. The A/E design shall meet all VA space criteria requirements, VA GI design specific requirements, and all building codes, NFPA, NEC, OSHA, ASHRAE requirements. Design Time Completion: 120 calendar days from NTP. This procurement is full and open competition and is restricted to firms located within a 200-mile radius of Indianapolis IN. The 200-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. The size standard for a firm to be considered a small business is $4.5 million average annual receipts for preceding three years. Estimated construction cost range is between $500,000 and $1,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA-251-10-RP-0023 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services (at a minimum a degreed architect/engineer must be heading the project); 2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (must have qualified professionals completing each task, i.e. architectural, electrical, plumbing, HVAC, fire suppression, etc.); 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 (adequate time and staffing must be demonstrated); 4. Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules; 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 (Geographical area is 200-mile radius of Indianapolis IN); 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (provide 3 references); 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Interested firms are required to submit three (3) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Joseph Embry (90C), 1900 E. Main Street, Danville, IL 61832, by December 18, 2009 no later than 3:00 p.m. (Local Time), Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form. Inquiries may be submitted to the Contracting Officer at joseph.embry@va.gov. see Numbered Note 24
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA-251-10-RP-0023/listing.html)
- Place of Performance
- Address: Richard L Roudebush VAMC;1481 W 10th St;Indianapolis, Indiana
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN02008061-W 20091121/091120000619-e93a93444d9dd99f6ce0c2500a05c3dc (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 |