Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
DOCUMENT

C -- A/E Asbestos and Insulation Removal Project 518-16-075 - Attachment

Notice Date
4/6/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24117N0286
 
Response Due
4/20/2017
 
Archive Date
7/19/2017
 
Point of Contact
Tamye Molinaro
 
E-Mail Address
455-4910<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 SOURCES SOUGHT: The VA Medical Center, Edith Nourse Rogers Memorial Veterans Hospital, Bedford, MA, has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer Services for a complete design package for asbestos abatement in approximately 17,000 square feet of space in the attic of Building 2, Project Number 518-16-075. This is not a Request for Proposal; this is a Sources Sought document only. The purpose of this notice is to determine if there are qualified SDVOSBs or VOSBs that have the experience in A/E Services for a complete design to develop complete drawings, specifications, cost estimates, project phasing site visits associated with asbestos abatement in approximately 17,000 square feet of space in the attic of Building 2 located at the Bedford VA Medical Center and if such businesses are interested in this procurement. The NAICS code is 541310 and the small business size standard is $7.5 million. Interested SDVOSB or VOSB firms should indicate their interest to the Contracting Officer not later than 15 calendar days from the date of this notice via email to Tamye.Molinaro@va.gov. The following information is requested in response to this notice: Evidence of verification in Vet Biz as an SDVOSB or VOSB firm under NAICS code 541310. A positive statement of your intention to submit a qualifications package in response to this notice. Evidence of your experience in A/E Services for a complete design and construction services for asbestos abatement of a VA medical/hospital facility with a minimum of two (2) projects (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). The estimated magnitude of construction costs for this project ranges between $250,000.00 and $500,000.00. Proof of professional liability insurance required to cover this project in the amount of at least $1,000,000.00. Evidence your firm s office is within a 200 mile radius of the Edith Nourse Rogers Memorial Veterans Hospital located at 200 Springs Road, Bedford, MA 01730. Dun & Bradstreet Number and Tax ID Number. The e-email address and phone number of the Primary Point of Contact Submission of SF330, Architect-Engineer Qualifications. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB or VOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB or VOSB concern. If adequate interest is not received from SDVOSB or VOSB concerns by 15 calendar days from the date of this notice, this action will not be set-aside for SDVOSB or VOSB firms. Interested firms may reply via e-mail to tamye.molinaro@va.gov. Firms must be registered in the System for Award Management (SAM). Visit www.sam.gov to register in this database. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS 541310. PROJECT INFORMATION: Provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, project phasing site visits associated with asbestos abatement in approximately 17,000 square feet of space in the attic of Building 2, Bedford, MA VAMC within the constraints of the construction budget consistent with the Veterans Affairs (VA s) project team goals as prioritized during project meetings and field surveys. Conduct preliminary project scope meetings and site survey investigations to develop a report of all asbestos containing materials within the space, including condition of the materials and estimates of costs to abate the materials. The intent of this project is to abate all asbestos containing materials from the space, clean and decontaminate the space and all items within it, and to reinsulate piping where existing insulation is removed. Work will include, but not be limited to asbestos abatement, and other specialty consultants required pertinent to the project requirements within the constraints of the construction budget consistent with the VA s project team goals as prioritized during project meetings and field surveys. Conduct preliminary meetings and site survey investigations to define the necessary elements of the project scope of work fulfilling the goals of the VA s project team (Engineering Svc), and presentation of preliminary layout plans with proposed alternatives to the User Group. Based on User Group meetings and site surveys, prepare a detailed project plan description report pertinent to the project requirements within the constraints of the construction budget consistent with the VA s project team goals. Through the course of the design phase, it will be necessary to interface with Medical Center staff to ascertain the details of the scope through a series of meetings and periodic submissions of documents. All design submission requirements shall be in accordance to A/E Contract and conform to all VA criteria and standards, in addition to Commonwealth of Massachusetts state codes and regulations. The A/E shall use VA Program Guides, Design Manuals and Master Specifications in preparing the Construction Documents for the project. However, should the A/E determine that deviation from such standards and specifications is necessary or beneficial to the Government; he shall promptly submit a request in writing to the Contracting Officer for permission to make the deviation. The request shall include an explanation of the specific reasons for the desired change and benefits expected. Engage the services of all consultants in each discipline deemed to be necessary to fulfill the requirements of the project plan. Each discipline shall document and investigate the relevant existing conditions, review the building available information, and verify all essential elements pertinent to their discipline. Site investigations shall measure, photograph, video tape, and document the conditions of areas to be renovated and/or impacted. The A/E shall visit the project site to investigate the information shown on the Government Furnished drawings, record (as built) drawings and other planning documents which are part of this contract. This information is the best available, but the Government does not guarantee its accuracy or completeness. The A/E's investigation of field conditions shall be performed in a competent professional manner in accordance with the Architectural Design Manual PG18-10. It is the A/E's responsibility to research the existing Government documents, determine those that are applicable to the project and request copies from the Government; the Government will not perform a search of Government documents to determine the information that the A/E may need during design. The A/E shall provide all services required to prepare documents and reports for the subject project consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. The A/E shall determine existing conditions, severity of deficiencies, if any previous deficiencies have been corrected and to identify any conditions which may have previously been unreported. Cost estimates shall be prepared to reflect the cost of replacing the component in a stand-alone project (i.e., not as part of another project) and all cost for this replacement including but not limited to asbestos removal, required phasing, special field conditions and/or temporary equipment needed during the construction. The Contracting Officer is not responsible for not receiving submission due to the offeror misaddressing the email address or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (tamye.molinaro@va.gov); telephone inquiries will not be honored. DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24117N0286/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-N-0286 VA241-17-N-0286.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3398764&FileName=VA241-17-N-0286-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3398764&FileName=VA241-17-N-0286-000.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: VA Medical Center;Edith Nourse Rogers Memorial Veterans Hospital;200 Springs Road;Bedford;MA
Zip Code: 01730
 
Record
SN04462613-W 20170408/170406234953-7fad6540ebde7872036f21ef6ecfed83 (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.