SOLICITATION NOTICE
C -- A/E Design Contruction
- Notice Date
- 1/23/2009
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
- ZIP Code
- 20422
- Solicitation Number
- VA-245-09-RI-0058
- Response Due
- 2/23/2009
- Archive Date
- 4/24/2009
- Point of Contact
- Fred K HarrisonPurchasing Agent<br />
- Small Business Set-Aside
- N/A
- Description
- A/E DESIGN/BUILD CONSTRUCTION 1. CONTRACT INFORMATION: A-E Construction Services are required for Veteran Affairs Medical Center, Washington, DC (VAMC, DC), The North American Industry Classification System Code (NAICS) is 541310. This announcement is open to all businesses regardless of size. This contract will be for $4,000,000.00 and four selections will be made. Note to maybe set-aside for Service Disabled Veterans. Not to exceed a three (3) year period. Contract will be firm fixed price. SUBCONTRACTING PLAN REQUIREMENTS: USE THE STANDARD LANGUAGE AND ADD THE FOLLOWING: Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. Any prime or joint venture found to be officially notified on non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. All responsible sources may submit a proposal, which shall be considered by the agency. If the selected firm is a large business, concern, a subcontracting plan consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL 99-661 will be required with the final fee proposals. A minimum of 45% of the total planned subcontracting dollars shall be placed with small business concerns. At least 20% of shall be for small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 10% shall be for women owned small businesses (WOBS), 3% shall be for Hub-zone small businesses (HubSB), 3% shall be for veteran owned small businesses (VOSB) and 3% shall be for Service Disabled Veteran owned small businesses (SDV).The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Concentration of work shall be in Mechanical, Electrical, Plumbing (MEP) and Architectural Design. Work may consist of preparation of reports, studies, design criteria, estimates, contract drawings, specifications, designs and other general A-E services for alterations, renovation, and site investigations, maintenance and repair, and new construction projects. Specific tasks may include but are not limited to HVAC planning and design, upgrades of electrical systems, renovation of chiller and boiler, roofing systems, Fire Protection analysis and design for the installation and modification of fire protection systems, facility management and operations related studies. Firm selected must be capable of providing multi-discipline architectural and engineering services for either routine or emergency services for water, sanitary sewer, storm drainage, civil site, roadway, mechanical, electrical, fire protection, communication systems, structural and landscaping, architectural designs. Construction phase services may include shop drawing reviews, site visits and preparation of operation and maintenance manuals. The staff must be capable of responding to multiple work order tasks concurrently and shall include architects, civil, electrical, mechanical, architectural design, sanitary, and structural, fire protection and geotechnical engineers, surveyors and cost estimators. In addition to routine designs, the contractor shall provide evidence of specialized experience and technical competence of the following: Experience with Indefinite Delivery contracts; such as Guide Specifications (CEGS), Unified Facility Guide Specifications, ARMS, Life Cycle Analyses, etc. Work may also include preparation of: design criteria documents, construction cost analysis, preparation of DD Form 1391's(Military Construction Project Data), in accordance with all VA Regulations; Preparation of applicable Defense Logistics Agency manuals and Project Development Brochures (PDB's) in accordance with Technical Manual 5-800-3; preparation of economic analyses for projects; performing field surveying and data conversion of utility maps to create and/or update the Basic Information Maps. The A/E shall also be capable of performing the following: facility condition surveys, hazardous material surveys, concept designs, final designs and construction phase services. Studies may include such work as: surveying existing facilities, for mechanical/electrical/plumbing systems, architecture, structural, utility system, life safety and fire safety code deficiencies; preparation of program for design for new facilities; design efforts may include facility upgrades to meet Unified Facilities Criteria (UFC), National Fire Protection Association (NFPA) requirements such as: installation of fire sprinklers; interior upgrades and especially upgrades but not limited to mechanical, electrical, plumbing and fire alarm systems. Projects will be designed in accordance with: ASHRAE, NEC, Unified Facilities Criteria, National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (JFAS), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Occupational Safety and Health Administration (OSHA) and the Advisory Council on Historic Preservation (ACHP). Work may include asbestos and lead based paint abatement, and other hazardous survey, testing and abatement. The AE shall be capable of providing CADD output compatible for government use. The firm will be required to provide any digitizing and/or translation services necessary to deliver the final design products in latest version of AUTOCAD on compact disks (CD's). Graphic standards and leveling convention for all CADD drawings shall be based on "Tri-service architectural, engineering and construction (AEC) computer-aided design and drafting (CADD) standards". A/E will deliver to the government final as built design CD's. 3. SELECTION CRITERIA: The criteria for selection in descending order of important will be (A) Specialized experience and technical competence of the firm and consultants in: (1) Experience in design of central chilled water and central boiler systems, electrical substations, low and medium voltage distribution systems, fire and security alarm systems, and energy conservation/energy management systems. (2) Experience with small to medium sized renovation projects with average construction cost of $4 million. (3) The firm's ability to respond to multiple work orders concurrently, at least two teams shall be shown in the organizational structure. (B) Qualified professional personnel shall be provided in the following key disciplines: HVAC, plumbing, electrical, fire protection engineering, code consultants, and construction cost estimating, architecture, interior design, structural, civil engineering, industrial hygiene, and operation and maintenance systems. Registered or certified professional staffs are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, civil engineering, and industrial hygiene. The evaluation will consider education, training, registration, certification, overall and relevant experience, and longevity with the firm. Particular emphasis should be placed on the selection of the Project Manager leading the design team and interfacing with VAMC, DC. VAMC, DC requires a person with substantial relevant experience, availability, superior inter-personal and communication skills, customer service orientation, and an interdisciplinary approach to problem solving. (C) Experience producing quality designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and sub-consultants, and prior experience of the prime firm and any significant consultants on similar projects. (D) Experience of the firm and any consultants in similar size projects, past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, and (E) The availability of an adequate number of personnel in key disciplines. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s) and Part II of the SF 330 must be submitted for each consultant to the address below no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business the next business day. On the SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide title and contract award dates for all projects listed in that section. The SF 330 shall have a page limit of 125 pages. Submit responses to Veteran Affairs Medical Center, Attn: Fred K. Harrison, 50 Irving Street, Room 3D233, NW, Washington, DC 20422 Technical questions should be directed to Odeal M. Scott-Bedford at Odeal.Scott-Bedford@va.gov and Charles Rose at Charles.Rose3@va.gov. Contracting questions can be directed to Fred.Harrison@med.va.gov. Contracting questions can be directed to Veterans Affairs Medical Center, Attn: David Stephens, 10 North Green Street, Baltimore, MD 21201. Technical questions should be directed to Eugene Bey. THIS IS AN UNRESTRICTED PROCUREMENT. NAICS CODE 541310; 18,500.000 applies to this procurement. Please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Place of Performance Address: Veteran Affairs Medical Center Veteran Affairs Medical Center 50 Irving Street NW 10 North Green Street Washington, DC 20422 Baltimore, MD 21201
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b074fb4170088d442fc35c481fda036c&tab=core&_cview=1)
- Record
- SN01737510-W 20090125/090123224307-b074fb4170088d442fc35c481fda036c (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 |