Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

C -- A/E #549-701, ER Expansion

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25711RP0255
 
Archive Date
6/12/2011
 
Point of Contact
Carmen N Terrell
 
E-Mail Address
7-4304<br
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: a. General. This nation-wide A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Small Business" under NAICS code 541310, architectural services. The contract is anticipated to be awarded about June 2011. It is anticipated that one contract will be awarded from this announcement. The contract awarded under this announcement will be administered by the Dallas VA VISN 17. a.Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by the SBA registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. NO STATE-LEVEL certifications shall be accepted. Failure of a proposed to be certified at the time the SF 330 is submitted may result in their elimination as a proposed contractor. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b.Nature of Work: Provide Architectural / Engineering services (Preliminary through Construction documents) to accomplish the following project tasks: 1.Provide design for approximately 29,046 GSF of new space to facilitate a replacement Emergency Department. 2.Perform a location - feasibility study for purposes of determining the most appropriate site location for placement of item 1. Tentative location for ED has been selected. Intent of study is to validate tentative location or select a more appropriate location. 3.Provide design for renovation of approximately 4,400 GSF of existing Emergency Room space within Building 2J. 4.Provide detailed construction cost estimates which clearly supports ability to construct within stated construction cost limitations. 5.Provide a detailed construction schedule based on completed construction documents. 6.Provide optional construction period services - may be declined or accepted in part are in total, based on availability of funds. 2. PROJECT INFORMATION: New Space - Emergency Department: Design will provide for a replacement Emergency Department that includes; Mental Health acute psychiatric care, new Police Operations area with a metal detection entry, and an Emergency Management and Decontamination Suite. The ED will include observed Mental Health seclusion exam rooms and monitored MH waiting area. The new ED building will displace and or affect existing parking lots, drives, walkways and access to Buildings 2 and 2J. Design of the new ED building will require maintaining a view of Building 1 in support of state historic requirements. Design will include revisions to impacted parking lots, entrances, drives, paving, sidewalks, landscaping, and tie-ins to existing buildings. Design will support safety requirements, improve orientation, reduce pedestrian and vehicular traffic congestion and support efficient flow to and from ED, Police and Emergency Management operations, Valet services, and insure proper boundaries and adjacency relationships for effective and efficient medical disaster response. Existing Space - Emergency Room Renovation: Design for renovation of the existing ER in Building 2J. Area will be utilized to expand MAS Admissions / Patient Reception and Volunteer Valet Program (wheelchairs, escort service, and handicap parking). Design for the renovation of the existing ER space will expand MAS Reception to improve flow of daily operations, patient check-in, improve patient satisfaction, improve SHEP scores, and support the new ER, Police, and Decontamination and Medical Disaster Emergency Response programs. All designs will comply with new VA criteria for Mental Health (VHA Directive 200X, Standards for Mental Health Coverage in Emergency Departments and Urgent Care Clinics in VHA Facilities), VA Patient Privacy / UFAS / H-08-9 space planning standards / criteria and will be constructed to current VA standards. A/E shall possess a working knowledge of current VA standard specifications and design criteria. Current VA standards and specifications may be accessed and downloaded on the Worldwide Web, VA Web site @ vaww.va.gov. Project Construction Cost Limitation is $8,690,000.00 including standard construction cost contingencies. In addition to contingencies, project will be designed to include "Options" amounting to 20% of CCL. Options may consist of additions or deletions compatible with accomplishment of design intent. Construction contingency amount and Option amounts shall be maintained throughout design. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a-b) are primary criteria; items (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330) (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. Firms must document specialized experience and technical competence in the design of Medical facilities with over 5 Million dollars construction costs, demonstrating a minimum of three examples within the past 5 years. (2) Design team disciplines required will include, but are not limited to, Architectural, Interior Design, Civil, Structural, MEP, Registered fire and safety engineers, Certified Industrial Hygienist, Certified cost estimating and scheduling professionals. Any testing (destructive or non-destructive), utility surveys, or sub-surface soil investigations required for development of design, are the responsibility of the A/E. and a successful firm shall document fundamental knowledge to provide technical support on building automation systems, life safety/fire protection systems, communications/data systems, mechanical systems, electrical and lighting systems, plumbing, energy consumption, interiors and indoor environmental quality, building envelope, structural systems, acoustic control, environmental sustainability, functionality, operability, maintainability, and construction technologies. (3) A-E firms, including joint ventures, will be required to demonstrate that they can perform all aspects of design, either by in-house or through their subcontractor's capability. (4) A-E's are required to demonstrate the ability to complete design documents. (5) Firms must demonstrate experience in evaluating after construction award submittals and performing construction surveillance. (6) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate the ability to prepare construction cost estimates. Design team member must demonstrate significant prior experience. (8) Firms must demonstrate prior experience in use of Government-furnished Specsintact software in preparing project specifications. (9) Firms must demonstrate the ability to submit drawings in either AutoCAD or Bentley MicroStation utilizing current versions. The selected firm may be required to upgrade versions of these programs or obtain licenses for a specific platform during the duration of the contract at no cost to the Government. (10) Firms must demonstrate the ability to provide data files on CD-ROM discs, provide drawings in either MicroStation or AutoCAD and as "cal" files and create PDF files of specifications, other documents, and satisfy requirements of the Veterans Affairs electronic advertising process. (11) Firms must demonstrate the capability to provide data compatible with Microsoft Office 2007 (MS Word, MS Excel, MS Access, MS PowerPoint) and other file formats addressed in this announcement. The selected firms may be required to upgrade versions of these and other commonly used programs during the duration of the contract at no cost to the Government. b. Professional Capabilities: One Project Manager, two Registered Architects, one interior designer, one Registered Electrical Engineers, one Registered Mechanical Engineer, one Registered Professional Civil Engineer, one Registered Structural Engineer, one LEED Accredited Professional; one Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A registered Professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), None of the required personnel can be dual disciplined (except that the LEED AP can be one of the required registered Architects or Engineers if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Repeat Resume Page as needed to provide all required resumes. 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 52.219-6, Notice of Total Small Business Set-Aside. The NAICS for this project is 541310. Where to Submit: Offerors shall submit all original responses electronically, in person or via postage mail to: (Please note contractors will not be seen if hand carrying quote a deposit box will be placed in the common area and removed promptly at 2pm) VA North Texas Health Care System, Dallas VA ATTN: Contracting Division (Carmen Terrell) VISN 17 Bldg 8 4500 S. Lancaster Rd Dallas, TX 75216 Carmen.terrell@va.gov All responses must be clearly marked with the subject line displaying the solicitation number VA-257-11-RP-0255 Responses are due by 2:00 pm CST, 20 June 2011. (a)Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date as above. If the response date is a Saturday, Sunday, or Federal Holiday, the deadline is 2:00 p.m. of the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b)The A-E shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i)In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and us no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j)Personal visits to discuss this announcement will not be allowed. (k)Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Point of Contact: Contracting - Carmen N Terrell 214-857-0703, E-mail any questions to the VISN 17 contracting at:carmen.terrel@va.gov. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25711RP0255/listing.html)
 
Record
SN02462556-W 20110604/110602234808-d3e691cc7096df28e299582a284e651a (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.