Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
DOCUMENT

C -- New Roadway Main Entrance - Minor Project #460-316 - Attachment

Notice Date
7/14/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24411RP0210
 
Response Due
8/17/2011
 
Archive Date
10/16/2011
 
Point of Contact
Chuck Peck
 
E-Mail Address
994-2511
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: - The Wilmington Veterans Affairs Medical Center (WVAMC) is seeking Service Disabled Veteran Owned Small Businesses (SDVOSB) Architect and Engineer (A/E) firms. The A/E firm must be registered under NAICS 541310 Architectural Services, with a small business size standard of $4,500,000 capable of preparing all design documents and performing all construction period services associated with project 460-316, NEW MEDICAL CENTER ENTRANCES. The selection process to eligible to provide a proposal for this project will be conducted in two phases. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms by reviewing all submitted compliant Standard Form 330, ARCHITECT “ ENGINEER QUALIFICATIONS packages, and utilizing evaluation factors that include: I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV “ Location And Facilities Of Working Offices; V- Proposed Design Approach; See attached A/E INTERVIEW SCORE SHEET. Phase II shall consist of an interview and presentation by firms selected to advance from Phase I. Phase II of the evaluation process will result in a narrowing of one firm based on evaluation factors that include I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV “ Location And Facilities Of Working Offices; V- Proposed Design Approach; VI- Project Control; VII- Estimating Effectiveness; VIII- Miscellaneous Experience & Capabilities; IX-Awards; X “ Insurance and Litigation; See attached A/E INTERVIEW SCORE SHEET. Interview date and times for the Phase II portion of the evaluation process will be determined after completion of Phase I. The A/E firms advancing to Phase II shall be notified of the date and time of their interview and presentation. An A/E design package including SCOPE OF WORK along with a Request for Proposal (RFP) will be offered to the A/E firm that is determined to be the best qualified to complete this project after Phase II has concluded. The RFP shall be completed and returned for a price evaluation. PARTIAL SCOPE OF WORK “ This project acknowledges difficulties with traffic and patient flow to access the Hospital and strives to improve this experience for our Veterans, Visitors, and Staff. Reference the attached site plan for an overview. This project will create a loop road connecting parking on the West side of the facility with Kirkwood Highway. Creation of this road will allow for one way traffic flow to improve vehicular traffic patterns and pedestrian safety. Demolition of Building 21 will be necessary to install the loop road. The A/E will add parking, extend site lighting, and account for ongoing construction efforts as part of this design to provide the most efficient and accomodating design possible. This project will create a new entrance at the intersection of the Community Living Center, the Auditorium, and the Rehab area. The new entrance will include a coffee shop area similar to that on the 1st floor and provide vertical transportation access to the 1st floor from the new entrance. New utilities to accommodate the additional square footage will be part of the design. The A/E will account for and plan to relocate existing utilities in this area as necessary, including but not limited to the AHU for rehab, the Chiller for the CLC, and the CLC generator fuel tank. This project will demolish the existing smoking shelter at the CLC and build a new shelter at a new location. The following Investigative Work shall be included Within the Scope of this Project: 1.Provide any civil, structural, architectural, electrical and mechanical investigative work of existing systems necessary to insure the accuracy of your design. 2.Prepare any measured drawings of the facility and existing systems required to insure the accuracy of design. 3.Interface with the Delaware Department of Transportation, the Delaware Department of Natural Resources, the City of Elsmere and all other bodies having jurisdiction over this project. The Preliminary Construction cost estimate for this project will be between the range of $5,000,000 and $10,000,000. Interested firms SHALL be registered with the Central Contractor Registration (CCR), Veteran Business (VetBiz) Registry, VETS-100 Database and On Line Representations and Certifications (ORCA) websites at time of proposal due date. A firm ™s Supplier Qualifier Report (SQR) will be reviewed on the Dun and Bradstreet website. A favorable SQR score shall be between one (1) and six (6). In addition, interested vendors must arrive on the WVAMC campus for a site visit within forty-eight hours after the A/E firm receives the request. SF 330 package submissions shall indicate œFOR OFFICIAL USE ONLY . The package shall be clearly marked œSTANDARD FORM 330 ARCHITECT “ ENGINEER QUALIFICATIONS FOR - RFP VA-244-11-RP-0210, NEW MEDICAL CENTER ENTRANCES (Attention: Chuck Peck) . Interested vendors shall submit five (5) copies of STANDARD FORM 330 ARCHITECT “ ENGINEER QUALIFICATIONS. MAIL TO: WILMINGTON VETARAN AFFAIRS MEDICAL CENTER CONTRACTING OFFICE ATTN: CHUCK PECK -1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805. HAND DELIVER TO: DEPARTMENT OF VETERAN AFFAIRS ATTN: CHUCK PECK, 20 MONTCHANIN ROAD GREENVILLE, DE 19807-2160 Packages must be received by the Wilmington VAMC Contracting Office by mail or hand carried no later than 3:30 PM Eastern Standard Time on August 17, 2011. E-mail and FAX SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Chuck Peck at Charles.Peck@va.gov. Insert VA244-11-RP-0210, NEW MEDICAL CENTER ENTRANCES in the subject line when sending e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24411RP0210/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-RP-0210 VA-244-11-RP-0210_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218723&FileName=VA-244-11-RP-0210-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=218723&FileName=VA-244-11-RP-0210-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
Zip Code: 19805
 
Record
SN02499311-W 20110716/110714235539-f9ecbe50ca9c56205e6323cd58b9ed12 (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.