Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOLICITATION NOTICE

C -- Add Building Wide Sprinkler System and Second Floor Storage - Design 528A7-10-71

Notice Date
12/2/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-10-RP-0015
 
Response Due
12/23/2009
 
Archive Date
2/21/2010
 
Point of Contact
Frances M LeipContracting Officer
 
E-Mail Address
Contracting Officer
(frances.leip@va.gov)
 
Small Business Set-Aside
N/A
 
Description
VA intends to award an Architect/Engineer contract for complete design services (investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for Add Building Wide Sprinkler System in Rome CBOC, Project 528A7-10-711. This project will be the design to install a complete NFPA Code Compliant wet fire protection sprinkler and stand-pipe system on the existing ground, first and penthouse floor spaces at the Rome, NY CBOC. The A/E will size for future build-out and bring all stand-pipes and risers to the existing second floor and leave them capped off for future expansion. The majority of the ground floor is currently occupied with either mechanical space, warehouse storage or maintenance shops. The existing first floor is currently occupied with outpatient clinical exam rooms and associated administrative office space. The second floor is currently vacant. The building currently has an original fire service entrance and several sprinkler systems scattered throughout the ground and first floors of the building. The A/E will be responsible to review and access the existing fire service main and all existing sprinkler piping in order to verify if the size and condition of the existing piping is adequate for re-use or if it should be replaced. This project will not design the second floor sprinkler layout, however the design must incorporate the second floor as being utilized for an In-patient Healthcare Occupancy or storage occupancy at a future date. All design will be performed utilizing the criteria set forth in the VA Fire Protection Design Manual. Investigative services shall include, but not be limited to, the following: 1.Review VA program requirements and project scope to determine the equipment and construction criteria and provide preliminary plans, drawings, and estimates. 2.Prepare measured drawings for area of work. 3.Perform mechanical, electrical, structural, civil, and architectural investigation of the existing facility as necessary, including full on site investigation to verify existing conditions as it pertains to this project. Design services shall include, but not be limited to, providing complete working drawings, specifications, and detailed cost estimates. Numerous and extensive meetings with various VA employees, in order to fully understand the functional needs, carefully review the space selected for this project, then prepare construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos abatement, if found to be required at any time during the project shall be included. Asbestos Monitoring services during construction if required will be required of the A/E. Additional fees for asbestos design and monitoring will be added to this contract by amendment, if required. Design services shall include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Short-List Criteria to select the firms for interview will be based on H09 Hospital and Medical Facilities AND F03 Fire Protection specialized experience, technical competence, specific experience and qualifications of proposed personnel and consultants along with record of working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction and energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, previous VA experience of the team, and specific sprinkler system design experience. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 100 mile radius of the Rome OutPatient Clinic. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 no later than December 23, 2009. THREE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submissions should emphasize experience on similar projects, the key personnel to be assigned to this project, and specific VA experience. It is anticipated interviews for selection will be conducted the Second week of January and that a cost proposal from the A/E firm ranked as the most highly qualified will be required to be submitted no later than January 25, 2010. This is not a request for proposals. NAICS 541310 applies. Construction cost estimate is between $500,000 and $1,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA-528-10-RP-0015/listing.html)
 
Place of Performance
Address: ROME OUTPATIENT CLINIC;125 BROOKLEY DRIVE;ROME NY
Zip Code: 13441
 
Record
SN02014898-W 20091204/091202235641-4d7c7b71c564d821b53018ad500a4b3f (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.