Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
DOCUMENT

C -- 528A7-18-717 DESIGN FRONT ENTRANCE PHYSICAL SECURITY RENOVATION - Attachment

Notice Date
7/5/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;800 Irving Ave;Bldg 2 Rm D02;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
36C24218R0583
 
Response Due
7/24/2018
 
Archive Date
10/31/2018
 
Point of Contact
Sandra L Fisher
 
E-Mail Address
25-4694<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Medical Center, Syracuse, NY intends to award an Architectural Design contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for 528A7-18-717, Renovate the Front Entrance of the Syracuse VAMC utilizing a short-list selection as defined in FAR 36.602-5(a). This is a 100% total service disabled veteran owned small business (SDVOSB) set aside. SDVOSB Firms with an SF330 on file within the past twelve months and within a 300 mile radius to the Syracuse VAMC are being considered. Location will be measured on google maps using the measure distance feature from the prime designer s address listed in Vetbiz to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Sandra.fisher3@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, or you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Sandra.fisher3@va.gov by 12:30 PM EST 24 July 2018. This project will include but is not limited to the following: BRIEF PROJECT DESCRIPTION The project design shall focus on the implementation of the following: The demolition of the existing fire doors and wing walls separating the existing Business Office and Blood Draw waiting rooms. The installation of an automatic sliding fire door that will span the distance of the opening created from the removal of the existing fire doors in the Business Office and Blood Draw waiting areas. The necessary modification of the ceiling and flooring to ensure a seamless transition between these waiting areas. The relocation of the existing utilities within the utility closet adjacent to the existing Information Desk. The demolition of existing utility closets adjacent to the existing Information Desk. The installation of the VA owned Millwork to be installed to complete the Information Desk. The demolition of the existing wing wall located at the top of the ramp going to the Patient Drop off area. The demolition of the ceiling located within the Police Lobby seating area. The demolition and installation of the ceiling and flooring located from the Police Lobby area to the Front Entrance Lobby area. This is to include the wheel chair storage area adjacent to this corridor. The installation of several windows located within the Police Lobby to give a visual direction to the Veterans to find the Pedestrian Ramp to the Parking Garage. The design of a new Front Entrance to welcome our Veterans to the Medical Center. The design of a new storage area within the Front Entrance to accommodate the Emergency Preparedness equipment. The design of a 100 ± square foot expansion to the existing guard shack located outside near the Veteran Drop Off area. The design of a hard top canopy over a portion of the Veteran Drop off Area, located at the Entrance Circle. The investigative services for all existing Mechanical, Electrical, and Structural components of this scope of work. The installation of a VA Owned Fan Coil Unit at the Police Lobby. The A/E shall review and design to conform to the VA Physical Security Handbook. To include, but not limited to, hardening and prescreening of the existing Front Entrance. The installation of additional camera s externally and internally to the building within this area. The design of a wheelchair storage area at the front entrance located outside, which will be protected from the weather. The anticipated period of performance for the design is 90 days from contract award. Investigative services shall include, but not be limited to, the following: Review VA program requirements and project scope to determine the equipment and construction criteria and provide preliminary plans, drawings, and estimates. Prepare scaled drawings. Perform mechanical, electrical, structural, civil, and architectural investigation of the existing DAV entrance. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. The estimated construction magnitude for this project is between $500,000 and $1,000,000. The NAICS code for this procurement is 541310 (Architectural Services). The small business size standard for NAICS 541310 is currently $7.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/36C24218R0583/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0583 36C24218R0583_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460779&FileName=36C24218R0583-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4460779&FileName=36C24218R0583-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04980643-W 20180707/180705230626-3f7b5ce627862c07ab2da0a7d94021c1 (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.