DOCUMENT
C -- A&E, Design Energy Efficient Entrance to Bldg 100 - Attachment
- Notice Date
- 4/10/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 324, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24812R1245
- Response Due
- 5/1/2012
- Archive Date
- 5/31/2012
- Point of Contact
- Joyce Powers
- E-Mail Address
-
joyce.powers1@va.gov
(joyce.powers1@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Bay Pines VA Healthcare System located in Bay Pines, Florida, is seeking a qualified Architectural-Engineering firm to perform A/E services. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business. In order to be considered for award firms responding to this announcement shall be registered in VETBIZ a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business. The link to the VETBIZ site is http://www.vip.vetbiz.gov/. Contract Information: A Firm Fixed Price A/E Design Services contract is contemplated for Project 516-12-107, Design New Energy Efficient Entrance, Bldg 100. The NAICS code for this acquisition is 541310 Architectural Service, Size Standard is $7 Million. Eligible prime contractor firms must have a working office located within 200 miles of the Bay Pines VA Medical Center. The estimated construction cost range of this project is between $1,000,000 and $5,000,000. The Design Period of Performance shall be 150 calendar days after award of the contract. Design reviews at 50%, 90%, and final will be required. In order to be considered for award, interested firms responding to this announcement are required to be registered in the Central Contractor Registration (CCR) and submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Scope of Work: The A/E shall provide a complete A/E design for developing three schematic layout options for installation of an energy efficient front main entrance to Building 100 at the Bay Pines VA Medical Center, located at 10000 Bay Pines Blvd, Bay Pines, FL 33744. After selection of the best design concept by the VA, design development and construction documents will be prepared by the A/E. A/E will provide all calculations, drawings, estimates and specifications required for a complete and buildable design. The design shall comply with all established local, state and national building codes, VA design manuals and NFPA standards. Proposed phasing of the work will need to be closely coordinated with the VA so as to not inhibit or endanger the flow of pedestrians entering or leaving the hospital. The Contractor will be required to retain an external Certified Independent Third-Party Safety Professional or Professional Credential (CITP) consultant for the design of the above project. The Certified Independent Third-Party Safety Professional or Professional Credential (CITP) consultant will review the design of the above project to verify compliance with the National Fire Protection Agency (NFPA) codes, State and local building codes, OSHA, and Life Safety Codes, etc. Services provided shall include completion of contract drawings and specifications, construction cost estimates and construction period services, and site visits. Contract drawings, specifications and engineering calculations shall supply a complete design to the satisfaction of the VA. All documents are to be provided electronically in the current version of AutoCad and MS Word. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria: (1) Professional qualifications necessary for satisfactory performance of required services (2) Specialized experience and technical competence of the firm with the type of service required. (3) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (4) Proposed design approach, philosophy and method of implementing energy conservation/sustainable design, anticipated problems, and potential solutions. (5) The geographic location and facilities of working office(s) which would provide the service and familiarity with the area in which the project is located. (6) Professional capacity to perform work within the time limitations. (7) Reputation and standing of firm with respect to professional performance, management, and cooperativeness (8) Past Performance record of performance with the Department of Veteran Affairs or other Federal Government Agencies. The past performance record shall include data on project control, quality of work and compliance with performance schedules. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. Three or more firms deemed most highly rated after initial source selection will be chosen for interviews. Qualified firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Submission Requirements: A/E firms responding to this announcement shall submit two (2) hard copies and one (1) electronic completed copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office Address shown on page 1 and email address provided below. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Submit required documents no later than 2:00 PM, EST., 1 May 2012. This notice is issued solely for information and planning purposes only. This is NOT a request for proposal. Questions may be directed via email to Joyce Powers - joyce.powers1@va.gov. No phone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812R1245/listing.html)
- Document(s)
- Attachment
- File Name: VA248-12-R-1245 VA248-12-R-1245_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320001&FileName=VA248-12-R-1245-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320001&FileName=VA248-12-R-1245-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-12-R-1245 VA248-12-R-1245_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320001&FileName=VA248-12-R-1245-000.docx)
- Record
- SN02718581-W 20120412/120410235622-64ebf42e58a8f9ba2fa884f453dab4c4 (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 |