The RFP Database
New business relationships start here

528A7-18-716 DESIGN RENOVATE MAIN KITCHEN


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 528A7-18-716, Renovation of main Kitchen 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.

Evaluation of firms will include consideration of their location within a 400 mile radius to the Syracuse VAMC and demonstrated knowledge of the general geographic area of the anticipated project at the Syracuse VAMC in Syracuse, NY; provided, that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office, branch offices or consultants that will be performing the work under this contract.

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 9 May 2019. . Please feel free to submit a new SF330 based on the Scope of this project

This project will include but is not limited to the following:

BRIEF PROJECT DESCRIPTION

Project will consist of some minor wall removals to maximize work areas to include but not limited to consolidating B264 into B266, consolidating C265A into C202E, and consolidating C261A into C261. Project will also consist of some minor architectural work in B263/B261/B261A in order to insure clear separation between dirty and clean cart traffic flow.

Project will include replacement of all ceiling and lighting, insulation of western outside facing wall, renovation of two existing bathrooms and providing updated finishes in interior office spaces. Interior expansion joint cover will need replacement. Existing tile flooring is in suitable condition and will not be replaced. A/E shall investigate the existing interior walk in coolers which have leaky ceilings and doors and determine best option for replacement or repair. Existing electrical panels serving kitchen should be consolidated as feasible and replaced in their existing locations.

Additionally, A/E will investigate the HVAC in order to provide improved temperature control in B202A (Nourishment and Prep Room) and C202F (Ingrediant Storage) and to investigate exhaust inside B263 (dish room) to insure is per VA design guidelines . The air handlers serving this area will not be upgraded on this project.

Existing kitchen equipment including sinks, hoods , ovens, fryers and hood suppression will remain as is and will not be relocated. The kitchen has been previously abated of observable asbestos, so any remaining asbestos is encapsulated inside existing block chases and would not expect to be disturbed during this project.

The kitchen will remain operational during construction so A/E will be responsible with working with staff to develop a feasible phasing plan.

Period of Performance is 120 days after NTP is issued.

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.

Sandra L Fisher
Contract specialist
(315)425-4694

sandra.fisher3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP