Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

C -- A/E TCU Expansion and Remodel

Notice Date
11/25/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Medical Center (04-S);2101 Elm Street;Fargo ND 58102
 
ZIP Code
58102
 
Solicitation Number
VA-263-10-RP-0020
 
Response Due
12/21/2009
 
Archive Date
1/18/2010
 
Point of Contact
Bill KollitzVA Medical Center
 
E-Mail Address
Contracting Officer's email address
(charles.kollitz@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Scope of Workfor Architect-Engineer (A/E) Services The VA Medical Center, Fargo, North Dakota is seeking qualified AE firms to perform AE services for Project: 437-311; Title: CLC Expansion and Remodeling. CONTRACT INFORMATION: A Firm Fixed Price contract is contemplated with a qualified AE Firm. The NAICS code for this acquisition is 541310 Architectural Services. The Construction Range for the project is between $5,000,000 and $10,000,000. This acquisition is Full and Open is accordance with the Brooks Act. Scope of Work: The A/E design shall include, but shall not be limited to, designing a 14,920 gsf addition to the south end of Building 1 on top of the building addition to be designed under Fargo VA Medical Center project 437-310 for what used to be known as the Transitional Care Unit (TCU), but is now known as the Community Living Center (CLC). Approximately 14,033 gsf of existing space shall be remodeled so the CLC may be provided with private patient rooms and a more home like setting. The existing CLC areas would be completely gutted and remodeled. Presently patients typically share a room with another patient and a toilet room with three other patients. There is no shower in the shared toilet rooms located between the bedrooms. Showers must be taken in one of the single shower rooms at each end of the existing TCU space. The remodel would include providing private rooms with attached bathrooms that include showers. The design and finishes would provide more of a home-like setting for the patients. The new addition would be designed to blend seamlessly with the existing construction and remodeling of existing space. All utilities (electrical, HVAC, plumbing, sprinklers, fire alarm, etc) serving the existing CLC space would be replaced since the area would be gutted and remodeled. The addition space would be provided with all new utilities. The existing chiller plant sizing would be evaluated to determine if an additional chiller would be required, but it is believed that there is sufficient existing capacity. If a new chiller is required, there is space and a connection point within the existing chiller plant location for one additional chiller to be installed. The windows in the existing space would be reused since they are only a few years old and are energy efficient. Windows within the addition would be required to match the existing windows. The exterior construction of the new addition would be brick to match and blend with the adjacent buildings. SELECTION CRITERIA: The VA will utilize the following selection criteria: (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 professional qualifications of personnel proposed for assignment to the project and record of working together. (3) Professional capacity of the firm in the geographic area of the project to perform work (including any specialized services) within the time limitations. (Usually large existing workload that may limit A/Es capacity to perform project work expeditiously). (4) Past record of performance on contracts with the Department of Veterans Affairs or other government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (6) Geographic location of primary firm and consultants in relation to the Fargo VA Medical Center. SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm are required to submit one completed original and three (3) copies of Standard Form 330 Architect-Engineer Qualifications. Submit required documents no later than 4:00pm, Central Standard Time, December 21, 2009 to the Issuing Office address shown above. Scheduled Oral Presentations will follow. 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. This is not a request for proposal. Questions may be directed only e-mail or fax to charles.kollitz@va.gov, Fax: 701-237-2649.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FVAMROC/DVAMROC/VA-263-10-RP-0020/listing.html)
 
Place of Performance
Address: VA Medical Center;2101 Elm Street;Fargo, ND 58102
Zip Code: 58102
 
Record
SN02011568-W 20091127/091125234859-2a69746a9aa39af42957edc5a02400af (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.