DOCUMENT
C -- 556-12-145 - Laboratory, Rehabilitation, B133CA Captian James A. Lovell Fedural Health Care Center North Chicago, IL - Attachment
- Notice Date
- 10/9/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D13I0011
- Response Due
- 11/9/2012
- Archive Date
- 2/7/2013
- Point of Contact
- Kevin Culley
- E-Mail Address
-
Culley@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330's - Laboratory / Rehabilitation Renovation 1.This is a request for Standard Form 330, not a request for proposal. Provide Professional architectural and engineering design services for renovations to Building 133 CA at the Captain James A. Lovell Federal Health Care Center (FHCC), North Chicago, Illinois. 2.The firm shall be listed in CCR under NAICS code 541310 and Provide Architectural / Engineering design services at the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC) for the Schematic Design, Design Development, Construction Document and Construction Administration phases of design for the following areas; 1) the Laboratory area, 2) the Rehabilitation area. Areas are noted on the attached floor plan. All services provide in the SOW shall meet current local, state, federal, VA, DOD/DON, VISN, ADA, NFPA, TJC and Life safety codes and directives. Building 133CA was constructed in 1992. The building is currently used by active military, veterans, and civilian staff in both areas. The goal of this project is to renovate both the laboratory and rehabilitation spaces, to provide a more functional and efficient workspace for the personnel and patients. A major consideration is to ensure the appropriate HVAC/MEP requirements for spaces are met in the design. Demolition, renovation and environmental work are included in the construction scope. The laboratory will include revised Histology, Cytology, Microbiology, Phlebotomy and Administration areas using "Lean" process flows. The Rehabilitation area will include revised spaces for therapy work taking into account privacy issues. The awarded A/E firm will develop standard design documents for use in the bidding and construction by a qualified contractor. The A/E firm will also provide construction administration. The awarded firm will provide the noted HVAC review and testing work and associated documentation. 3.Area of consideration is restricted to 150 miles of FHCC, North Chicago IL 60064. The desired area of consideration is within a 150 mile radius of the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC). Responses received outside the 150 mile radius will receive a lower rating during the evaluation process (item 6(i) below). 4.Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. The A/E firm must be an SDVOSB verified company as recognized in the VetBiz system as a CVE verified SDVOSB firm at time of receipt of SF 330's. 5.The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance which shall be performed by the employees of the firm. 6.Selection criteria for this will be based on the following in descending order of importance: a.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of design services required b.Specific experience and qualifications of personnel proposed for assignment to the project c.Past record of performance on Contracts with the Department of Veterans' Affairs d.Professional capacity of the firm in the designated geographic area of the project to perform work e.Maintaining project schedules and project budgets f.Knowledge in design and construction requirements g.Cost control effectiveness and estimating accuracy h.CVE verified Service Disabled Veteran Owned Small Business (SDVOSB) i.Location and Facilities of Working Offices j.OSHA Safety Record k.Awards l.Insurance and Litigation 7.A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy and one (1) electronic copy CD media (No flash drives) of the completed Standard Form (SF) 330 no later than noon (1:00 PM) CST, November 09, 2012. Packages are to be sent to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Kevin J. Culley, CS 115 S. 84th St., Suite 101 Milwaukee, WI 53214-1476 Kevin.culley@va.gov 8.No bid packages are available. This is NOT a Request for Proposal (RFP). NAIC No. 541310 applies. The new Small Business Standard of $7.0 million applies. Cost Range $5,000,000.00 - $10,000,000.00. Your submittals will be evaluated per section 6 above and the top three (3) rated firms will be contacted for interviews. Only one (1) firm will be selected for award of this OR-GI-ON A/E contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13I0011/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-13-I-0011 VA69D-13-I-0011_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=495254&FileName=VA69D-13-I-0011-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=495254&FileName=VA69D-13-I-0011-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-13-I-0011 VA69D-13-I-0011_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=495254&FileName=VA69D-13-I-0011-000.docx)
- Place of Performance
- Address: Captain James A. Lovell Federal Health Care Center;30001 Green Bay Rd;North Chicago, IL
- Zip Code: 60064-3048
- Zip Code: 60064-3048
- Record
- SN02910462-W 20121011/121009234010-958377c7ff07216f81419ab4ed3b965d (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 |