SOLICITATION NOTICE
C -- PROJECT #512-531 35-51 BED [RRTP REPLACEMENT, PHASE II
- Notice Date
- 6/10/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B Room 9;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24510RP0166
- Response Due
- 7/9/2010
- Archive Date
- 9/7/2010
- Point of Contact
- SANDRA ANDERSON 410-642-2411 X6005
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project 512-531, to provide all necessary design to prepare construction documents (CD's) for construction of a New Compliant space for 35 - 51 beds and support space for the housing and treatment of Residential Care patients at U.S. Department of Veterans Affairs, Perry Point, Maryland. It is the second phase of a building replacement project to construct new space for these patients. The building shall adhere as closely as possible to the Space Plan and shall be designed to match Phase I. The building is to be located across Avenue D from Building 80 and next to Building 364 at Perry Point, Maryland. This acquisition is a 100% set aside for Service-Disabled Veterans-Owned Small Business (SDVOSB) concerns and the award of a firm-fixed-price contract is anticipated. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is not more than $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $5,000,000.00 and $10,000,000.00. The selected A/E firms should have in house expertise in healthcare planning and design. The selected A/E firms will be required to provide Investigative Services to include review of existing space plan, drawings and documents, and a site investigation to confirm locations, sizes and capabilities of utilities and to verify architectural features for the new building, including, but not limited to building systems (HVAC, plumbing, electrical, telephone, alarms, etc), and a means to connect to the corridor at Building 364 for deliveries. Construction Documents to include the following: Electrical, Mechanical, Fire Protection (with full sprinkler system connected to the existing plant alarm system and programmed to signal the Fire House on site in the event of alarm or trouble as per NFPA requirements), Architectural, Plumbing, LEED (Design elements to qualify for LEED Certified, with no formal certification required. Documents shall be based on the USGBC LEED measurements and the VA Sustainable Design and Energy Reduction Manual.), Energy (Design to comply with the following regulations: Executive Order 13541, EPACT 2005, EISA 2007, & VA HVAC Design Manual), Commissioning (A/E to provide third party commissioning services on all major mechanical and electrical components.), and Construction Period Services to include review of submittals, responses to Requests for Information (RFI), site visits for pre-bid conference, pre-construction conference, progress inspections and final inspection, and as-built drawings after completion of construction. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with government agencies and private industry; (4) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF 330 Part I and Part II to the Contracting Officer, Attn: Sandra Anderson, VA Medical Center, Building 101B, Room 9, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM (EDT), July 9, 2010. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm at the time of submission of SF 330 Forms. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Sandra Anderson, 410-642-1747, or sandraa.anderson@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24510RP0166/listing.html)
- Place of Performance
- Address: U.S. DEPARTMENT OF VETERANS AFFAIRS;VA MARYLAND HEALTH CARE SYSTEM;VA MEDICAL CENTER;Perry Point, Maryland
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN02174528-W 20100612/100610235445-8434a9474ebb9cb10f1f30455b450980 (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 |