Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
DOCUMENT

C -- 556-13-142, Renovate Space for MRI (Design) - Attachment

Notice Date
3/18/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering 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
VA69D14I0703
 
Response Due
4/18/2014
 
Archive Date
7/17/2014
 
Point of Contact
MACK.TAYLOR2@VA.GOV
 
E-Mail Address
MACK.TAYLOR2@VA.GOV
(mack.taylor2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a request for Standard Form 330, not a request for proposal, to Provide Architectural/Engineering design services at the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC) for the Schematic Design, Design Development, Construction Documents and Construction Administration phases of design for the new MRI space. All services provided in the SOW shall meet current local, state, federal, VA, 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 build out a new MRI suite on the South side of Building 133. This space will house two MRI's with separate control rooms, and a shared dressing and waiting room. The above mentioned space will be home to a new 1.5T MRI that is currently in procurement. In the future (2017), the space will also be the home of our new 3T MRI. This will provide a more functional and efficient workspace for the personnel and patients. The addition of the 1.5 MRI will eliminate the need of our providers to send out wide-bore testing and reduce our fee basis costs. Demolition, renovation and environmental work are included in the construction scope. The new build-out will be approximately 7,000 sq-ft and will need to include the following zones for both a 1.5T and a 3.0T magnet. Zone Two (2)- Waiting and Changing Area. Zone Three (3) - Control Room. Zone Four (4)- Two separate magnet rooms for a 1.5T and a 3.0T. This requirement is set aside for Service Disabled Veteran Owned Small Business firms. In accordance with VAAR 819.7003 (b), SDVOSB firms must be verified in the VIP database or hold a "Re-verification" symbol listed next to the firm's name (this symbol indicates that the firm is undergoing the re-verification process at CVE), prior to submitting an SF330 on this solicitation. All interested parties must be registered in the Central Contractor Registration (CCR) Database and must have current record in the Online Representations and Certifications Application (ORCA). If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. This request for SF330 is 100% set-aside for Service Disabled Veteran Owned Small Business Firms. The Architect Engineering firm must be located within a 600 mile radius of James A. Lovell Federal Healthcare Center, North Chicago, Illinois. The 600 mile radius will be determined using the following website: http://www.freemaptools.com/raius-around-point.htm.. Prospective firms are reminded that as per FAR 52.219-14: By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Selection criteria will be based on: (1) specialized experience and technical competence of the firm (including a joint venture or association) with the type of design required, (2) specific experience and qualifications of personnel proposed for assignment to the project, (3) Maintaining project schedules and project budgets; (4) Knowledge in design and construction requirements; (5) Cost control effectiveness; and (6) Location and Facilities of Working Offices A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy or one (1) electronic copy (E-mail or CD media, No flash drives,) of the completed Standard Form (SF) 330 no later than noon (1:00 PM) CST, April 18, 2014. Packages are to be emailed to: orPackages are to be sent to: ATTN: Mack Taylor (VA69D-14-I-0703)Department of Veterans Affairs mack.taylor2@va.govCaptain James A. Lovell FHCC Great Lakes Acquisition Center ATTN: Mack Taylor (VA69D-14-I-0703) Building 1 room 329 North Chicago, IL 60064-2226 NAICS code 541330 applies. The Small Business Standard is $14 million. No bid packages are available. This is NOT a Request for Proposal (RFP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14I0703/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-14-I-0703 VA69D-14-I-0703.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1260139&FileName=VA69D-14-I-0703-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1260139&FileName=VA69D-14-I-0703-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03313344-W 20140320/140318234729-8cfb366fa5a10c94a58f7234f84309ef (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.