Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2014 FBO #4555
DOCUMENT

C -- 656-14-1-3342-0001 - Construct 2nd Community Living Center Cottage Clairification of distance from St Cloud MN 56393 To A-E firm - Attachment

Notice Date
5/13/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;NCO 23 - Minneapolis;708 S. Third St., Suite 200E;Attention: Joseph Embry;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26314R2596
 
Response Due
6/12/2014
 
Archive Date
9/19/2014
 
Point of Contact
Joe H Embry
 
E-Mail Address
4-2164<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. St Cloud VA Health Cars System, located at 4801 Veterans Drive in St Cloud, MN 56393, 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. 656-342, Construct 2nd CLC Cottages, The project will include design work for the preparation of 100% complete working drawings and contract documents using VA Master Specifications to complete the following: Construct 18,000 gross square feet to provide permanent space for 20 dislocated Community Living Center bedrooms in two ten bed communities and provide these bedrooms with private baths to meet the privacy gap requirements. This is due to the planned renovation of buildings 50 and 51 Community Living Center for privacy. Additional space will be required to maintain bed count. This project helps mitigate the space gap for Long Term Care: Nursing Home Care/Hospice. This project also will be constructed to meet certification for Building Sustainability and meet all new security criteria. Design time completion: 365 days from NTP. This procurement is Set- Aside for Service Disabled Veteran Owned Small Business and is restricted to firms located within a 300-mile radius of St Cloud MN 56393. The 300-mile radius will be determined using maps.yahoo.com. NAICS Code 541330, Engineering Services, is applicable to this procurement. Service Disabled Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. The size standard for a firm to be considered a small business is $7.0 million average annual receipts for preceding three years. Estimated construction cost range is between $5,000,000 and $10,000,000. A firm-fixed-price contract will be negotiated. Solicitation VA263-14-R-2596 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- The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed Team, 4) Location and Facilities of Working Offices, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 10) Awards, and 11) Insurance and Litigation. All responding firms, are required to submit one completed original and one electronic copies of Standard Form 330 Architect-Engineer Qualifications to: Network 23 Contracting Office, Attn: Joseph Embry (90C), 708 South 3rd Street, Minneapolis, MN 55415, by June 12, 2014 no later than 2:00 p.m. (Local Time), 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 Potential contractors must be registered in SAM (www.sam.gov) at the time of submission of their qualifications in order to be considered for award. 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 or emailed documents will NOT be accepted. All information must be in original/hard form and CD. Inquiries may be submitted to the Contracting Officer by email at joseph.embry@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26314R2596/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-14-R-2596 VA263-14-R-2596_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1360786&FileName=VA263-14-R-2596-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1360786&FileName=VA263-14-R-2596-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03365283-W 20140515/140514022152-b4961e6da9d75c0a4961d8807a41500b (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.