Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
DOCUMENT

C -- A/E Renovate SPD Indy - Attachment

Notice Date
2/2/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN 11 Network Contracting Activity;Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5100
 
ZIP Code
61832-5100
 
Solicitation Number
VA25112R0103
 
Response Due
2/21/2012
 
Archive Date
3/22/2012
 
Point of Contact
Joe H Embry
 
E-Mail Address
4-4540<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This requirement is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36.6. The top rated firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Illiana Health Care System, 1900 East Main Street, Danville, Illinois, is seeking the services of a qualified Architectural Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other necessary design services for Project No. 583-12-107, Renovate the Supply, Processing, Distribution, (SPD) at the Richard L. Roudebush VA Medical Center, 1481 West 10th Street, Indianapolis, Indiana 46202. This procurement is set aside for Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms, NAICS 541310 and is restricted to firms located within a 150-mile radius of Indianapolis Indiana. The 150-mile radius will be determined using maps.yahoo.com. NAICS Code 541310, Architectural Services, is applicable to this procurement., Only Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms shall respond to the solicitation announcement As per Public Law No. 108-183, the Veterans Benefits Act of 2003, and Executive Order 13360.The most highly qualified firms meeting the criteria will be selected for discussions based on demonstrated competence, capability, and qualifications for the required work. Qualification Statements (SF-330) submitted in response to the solicitation will be used to determine the firm the VA will hold discussions with for this SDVOSB set-aside. Estimated construction cost range is between $2,000,000 and $5,000,000. A firm-fixed-price contract will be negotiated. Scope of work is to be in accordance within the current codes as listed on the following VA web site: http://www.cfm.va.gov/TIL/cPro.asp. The project will use specifications documents as outlined within the VA Master Specifications as listed at the following web site: http://www.cfm.va.gov/til/spec.asp. A/E shall furnish professional services to design the renovation of the Sterile Processing Service (SPS) located in the basement of the Richard L. Roudebush VA Medical Center, 1481 West Tenth Street, Indianapolis, Indiana. VA design criteria, VA Master Specifications, space criteria and drawings of the existing space will be provided. The existing space in the basement of A-Wing is currently occupied and is the primary focus of this project. The A/E shall include all aspects of the design including but not limited to structural, architectural, mechanical, fire protection, electrical, plumbing, interior design and all other aspects of the design to result in a complete and highly functional space. The designer shall adhere to current codes and standards with special emphasis on the goals related to Sterile Processing, LEED and Green facility design, and energy conservation. The A/E shall provide a narrative on these goals in relation to their design. The A/E Design Firm shall make every attempt to design the space to improve workflow and include the below listed features that have been identified as necessary to fully utilize this space. "The removal and replacement of existing Ethylene Oxide sterilizers with new hydrogen peroxide gas plasma sterilizers. "Incorporation of new/additional ultrasonic washer for eye trays. "The addition of anterooms where necessary. "Compliance with the new 10NC ventilation directive: "Interim Guidance for Ventilation Requirements in Sterile Processing Service (SPS)" dated January 4, 2012. " Upgrades to the HVAC system to incorporate new controls and sensors, and provisions to allow for cooler temperatures in areas where staff are required to wear full body personal protective equipment. oNew controls and sensors shall have digital temperature and humidity readouts. oNew/existing controls and sensors are to be tied into existing Metasys building management system. "Incorporation of FIPS 201-2 compliant HID or equivalent PIV readers at and in-between access points where necessary for securing access to the various sections of SPS. The A/E Design Firm shall include all, but not exclusively limited to, the following workflow improvement initiatives: "The addition/relocation of sinks throughout the space to meet safety/infection prevention requirements and increase productivity. "The evaluation of existing workstations/counter spaces with potential relocation of workstations/counter spaces and/or the addition of new counters/workstations. "Incorporation of new computing systems. "Incorporation of pass-thru windows from decontamination area to sterilizers. "The evaluation and incorporation of separations between the various levels of contamination/sterilization. "The installation of pressurized air to blow out lumen. A/E Design Firm Responsibilities The A/E design firm shall provide evidence of prior experience as well as provide referenced projects of similar size, scope, and design regarding the type of work mentioned above. Solicitation VA251-12-R-0103 has been assigned to this procurement and should be referenced on all correspondence regarding this announcement. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Specification Writers, Surveyors, and Draftsmen. 2.Proposed Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases will be evaluated.3. Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve heating systems of large buildings will be evaluated as well as any experience working with the Department of Veterans Affairs or any other healthcare setting.4. Location and Facilities of Working Offices: The geographic proximity of each firm to the Indianapolis Area will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. The desired proximity to Indianapolis is 150 miles. 5. Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 6. Project Control: The techniques and personnel responsible for controlling the schedule and costs of this project will both be evaluated. 7. Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. 8. Sustainable Design: The team philosophy and method of implementing a sustainable design will be evaluating including low impact materials, energy efficiency, use of recyclables and recycling demolished materials, etc. 9. Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. 10. Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. 11. Insurance and Litigation: The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years will be evaluated. Interested firms are required to submit two (2) hardcopy and one copy in electronic (PDF) format, of recently completed Standard Form (SF) 330, Architect-Engineer Qualifications to Illiana Health Care System, Attn: Joseph Embry (90C) joseph.embry@va.gov, 1900 E. Main Street, Building 102 Room 123C Danville, IL 61832, no later than 3:00 p.m. (Local Time), Tuesday February 21, 2012. Forms can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Award is contingent upon the availability of funds. Faxed documents will NOT be accepted. All information must be in original/hard form and electronic format. Inquiries may be submitted to the Contracting Officer at joseph.embry@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25112R0103/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-12-R-0103 VA251-12-R-0103.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293307&FileName=VA251-12-R-0103-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=293307&FileName=VA251-12-R-0103-000.docx

 
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: Richard L. Roudebush VA Medical Center;1481 West 10th Street;Indianapolis, Indiana
Zip Code: 46202
 
Record
SN02666647-W 20120204/120202235203-89b9eb90337a50cc748f966d830e4c4f (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.