Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR WELLNESS SUPPORT CENTER AND FACILITY

Notice Date
10/7/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VAMHCS;Contracting Office (90C);P.O. Box 1000, Bldg. 101B, Room 10;Boiler House Road & 6th Street;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24511RP0002
 
Response Due
11/10/2011
 
Archive Date
1/9/2012
 
Point of Contact
Christine Hernandez
 
E-Mail Address
ine.hernandez@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project 512A5-CSI-302, to renovate several areas in Bldg 314 including: the chapel, gymnasium, theatre, swimming pool, and swimming pool locker areas. All of the existing patient areas in Bldg 314 have FCA deficiencies and require upgrades to the mechanical, electrical, and architectural features. In compliance with Section 110 of the National Historic Preservation Act, the project will design the renovation of the interior and exterior of building 41, the greenhouse. Construction will include an expansion to building 41 and renovation to the existing building. The new space will be 5,000 GSF including a heated greenhouse and office and work space in an adjoining building for patients and staff to perform various activities. This acquisition is a 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns and the award of a firm-fixed-price contract is anticipated. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is not more than $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $2,000,000.00 and $5,000,000.00. The selected A/E firms should have in house expertise in healthcare planning and design. The selected A/E firms will be required to provide: Investigative Services: Perform investigation to include review of existing drawings and other documents, and a site investigation to confirm locations, sizes and capacities of utilities and to verify the exact location and appropriate architectural features for the renovation of the existing buildings. Generate an Investigative Services report with a plan that nails down the building deficiencies, the proposed building systems (HVAC, plumbing, electrical, telephone, alarms, etc) which corrects the deficiencies, and the phasing to accomplish the work. Address and acquire any permits required by Maryland Department of the Environment and any waivers required by the Maryland Historic Trust. Construction Documents: Maryland Historic Trust - All phases of design must comply with the Maryland Historic Trust and their recommendations. Electrical - As determined by review of existing drawings plus field verification. Mechanical - As determined by field survey as well as existing drawings and field verification. Fire Protection - The buildings are to be fully protected with sprinkler systems and fire alarm equipment. The buildings are to have a fire alarm system connected to the existing plant alarm system and programmed to signal the Fire House on site in the event of alarm or trouble as per NFPA requirements. Complete sprinkler systems are to be installed in each building. Architectural - Provide a renovation plan for the above mentioned buildings. The interior and exterior is to match as closely as possible to the time period in which the building was constructed. The interior is to comply with NFPA 101 Life Safety code as well as VA design guide for Domiciliary. Plumbing - As determined in the Investigative Services report. LEED - Design elements to qualify for LEED Certified, with no formal certification required. Documents shall be based on the USGBC LEED measurements and the VA Sustainable Design and Energy Reduction Manual. Energy - Design is to comply with the following regulations: Executive Order 13514, EPACT 2005, EISA 2007, VA HVAC Design Manual, Commissioning - A/E to provide third party commissioning services on all major mechanical and electrical components. Construction Period Services: Provide review of submittals, responses to Requests for Information (RFI), site visits for pre-bid conference, pre-construction conference, progress inspections and final inspection, commissioning, elevator inspection by a certified elevator inspector (if an elevator is needed), and as-built drawings after completion of construction. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with government agencies and private industry; (4) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov, verified status in VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, and reporting to VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. EFFECTIVE OCTOBER 1, 2010 - VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (a) The apparently successful offeror, unless currently listed as verified in the Vendor Information Pages (VIP) at: www.vetbiz.gov database, shall submit to Department of Veterans Affairs' (VA) Center for Veterans Enterprise (CVE) within five business days of receipt of written notice of its status as the apparently successful offeror, a verification application in accordance with 38 Code of Federal Regulations (CFR) Part 74 with such reasonably adequate documentary material, as necessary, establishing as follows: (1) The owner or owners of 51 percent or more of the offeror is/are service-disabled Veteran(s), Veteran(s), or an eligible surviving spouse thereof, as applicable, for the instant acquisition. In this regard, the apparently successful offeror shall submit a VA Form 0877 to CVE via VA's VIP at: www.vetbiz.gov, internet site. This confidential and secure electronic application will enable CVE to inform the CO of the service-disabled Veteran or Veteran status of the owner(s) of the offeror without the CO having to receive and secure confidential individually identifiable information or personal health care information on this topic. (2) Eligible parties own 51 percent or more of the concern (see 38 CFR 74.3). Adequate documentation can include copies of official stock certificates, articles of incorporation, partnership agreement, operating agreement, or other similar documentation which reasonably demonstrates the percentage of ownership by eligible parties; and (3) Eligible parties control the concern (See 38 CFR 74.4). Control includes both the strategic policy setting exercised, for example, by boards of directors, and the day to day management and administration of business operations. Adequate documentation should include articles of incorporation, corporate by laws, partnership agreement, operating agreement, resumes, disclosure of any other current employment, or other relevant documentation, as applicable, which demonstrates control of the strategic and day to day management of the offeror by eligible parties, as applicable. (b) CVE will examine the business documents to determine if they establish appropriate ownership and control of the business from which an offer has been received. Within 21 business days, CVE shall determine whether the firm can or cannot be verified as a SDVOSB or VOSB, as appropriate, and issue its decision thereon to the vendor in accordance with 38 CFR 74.11(e) and to the CO. The CO will use CVE's decision in making the source selection decision. (c) If a competing vendor raises a status protest prior to CVE's completion of its verification examination, the CO may rely on the status protest decision when issued. (d) This deviation will expire December 31, 2011. Thereafter, in accordance with VAAR 804.102, COs shall only make awards to SDVOSBs or VOSBs which are listed as verified at: www.vetbiz.gov. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF 330 Part I and Part II to the Contracting Officer, Attn: Christine Hernandez, VA Medical Center, Boiler House Road & 6th Street, Building 101B, Room 10, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM (EST), November 4, 2010. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. FAX SUBMISSIONS WILL NOT BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Christine Hernandez, 410-642-2411 ext. 2921, or Christine.hernandez@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RP0002/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs, VAMHCS;Buildings 314 AND 41;Perry Point, MD
Zip Code: 21902
 
Record
SN02308405-W 20101009/101007234551-1de282e5029716f2f6b0726961fb8e76 (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.