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 -- Community Living Center (CLC) Cultural Transformation Phase 2- A/E Design

Notice Date
12/2/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA-245-10-RP-0038
 
Response Due
1/12/2010
 
Archive Date
3/13/2010
 
Point of Contact
Angela L BurgerContract Specialist
 
E-Mail Address
Contract Specialist
(angela.burger@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs Medical Center, 810 Butler Avenue, Martinsburg, WV 25401 requires Architect Engineering Services to design Project number 613-09-201 Community Living Center (CLC) Cultural Transformation Phase 2. This project is in accordance with the VA's membership and implementation of Planetree concepts as they relate to new models of healthcare which cultivate the healing of mind, body, and spirit. The renovation of existing Inpatient Clinical and Administrative space is approximately 51,700 square feet located within 2 different buildings: (1) Building 500, 5th floor wings A, B, C, 46,600 square feet, consists of design of long term care patient rooms with private bathrooms, public rest rooms, receptionist area, waiting area, offices, meeting rooms, group rooms, conference rooms, treatment rooms, employee break rooms, and related support spaces; (2) Building 501 rooms C-125 and C-126, 5,100 square feet, consists of design for a semi- private family kitchen/dining area. The estimated construction cost range is $1 and $2 million. Contract will include Design Phase (includes: Kick off meeting approximately February 2010, 3 design review meetings at 30%, 50%, and 95%) and Construction Phase (award approximately January 2011 includes: Submittal Reviews, Inspections, and As Built Drawings). This is a 100% Total Small Business Set-Aside and is restricted to firms located within 150 mile driving distance according to www.randmcnally.com. NAICS Code 541310 small business size standard $4.5 million applies. A/E Firms having capabilities to perform this work are invited to submit four (4) copies of SF 330, Architect-Engineer Qualifications, for themselves and all their subcontractors and a brief narrative for each of the 6 items indicated. Packages are limited to 100 pages and may be printed on both sides. Evaluation criteria to be applied in the selection process in descending order of importance:The A/E firm will be evaluated using the following criteria: (1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition, provide resumes of other relevant team members such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Provide a detailed a narrative of up to 10 (maximum) relevant projects completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; (3) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Discuss firms' ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If know documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired; (4) ORGANIZATION, MANAGEMENT AND QUALITY CONTROL. Discussion of the firms' organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms' approach to design and project management. Document the firms' ability to handle projects with multiple end-users and complex requirements. Describe the teams' organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team; (5) CAPACITY to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $20,000 being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (6) LOCATION in the general geographical area of the project and knowledge of the locality of the projects. Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. This acquisition is for A/E Services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A/E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II and (2) any requested supplemental date to the procurement office shown. Firms registering for consideration for future Federal A/E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of service required will be scheduled to provide an oral presentation/interview. These firms will then be shortlisted in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. Firms are required to submit four (4) copies of SF 330 and supplemental information indicated for review and consideration on or before 3:30pm local time on January 12, 2010. This is not a Request for Proposal- No solicitation package will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA-245-10-RP-0038/listing.html)
 
Record
SN02015053-W 20091204/091203000010-632cdb1c426f7cdee3a5dede3004978c (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.