Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
DOCUMENT

C -- A/E Single Award for Community Living Center - Attachment

Notice Date
4/27/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA24412R0315
 
Response Due
5/11/2012
 
Archive Date
6/10/2012
 
Point of Contact
Kristina Weir
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of an Architect / Engineer Firm to perform design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for the Construction of Project # 540-12-103, "Community Living Center Renovation and Modernization" at the Louis A. Johnson VA Medical Center in Clarksburg, WV. Only firms within 150 miles (or with branches within 150 miles) of the Louis. A. Johnson VAMC will be considered for award of this contract. The magnitude of construction for the above referenced project is between $5,000,000 and $10,000,000. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates. The following evaluation criteria are equal in importance. 1)Professional Capabilities to Perform the Services Required: This factor evaluates the experience of persons in the firm, or consultants, who will work on the architectural and engineering disciplines required to accomplish the various design projects. "Registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Architecture; Civil Engineering; Structural Engineering; Environmental Engineering, Electrical Engineering; Mechanical Engineering; Fire Protection Engineering; and Resident Engineering/Construction Management; "Ability to perform design work with in-house personnel and within prescribed project budgets; "Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firms in-house personnel; "Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 2)Specialized Experience and Technical Competence: This factor evaluates the amount of experience the A-E firm has in designing similar types of work/facilities and evaluating their technical competence. This factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The evaluator must review the A-E firm's SF 330 Experience Profile Codes and determine the amount of experience the firm claims to have and review the SF 330 personnel resumes in these special areas. "Ability to perform specialized design and engineering services for healthcare facilities with in-house personnel and/or consultants; "Demonstrated experience in green building design; "Ability to perform quality assurance, commissioning, and inspection services; "Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 3)Capacity with Respect to the Scope of Work to be Undertaken: This factor evaluates ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the design project. "Demonstrated compliance with performance schedules; "Adherence to timelines for deliverables; "The ability to meet unusual time constraints; "Methods of project management. 4)Past Record of Performance in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules: " Past record of performance on A&E design projects within the past five years; "Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements; "Provide examples of quality of work with other Government agencies and private sector clients as demonstrated by a history of minimal change orders during both design and construction, and through long term relationships and repeat business with customers; "Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; "Show how the firm has responded to urgent requirements based on a national emergency or other urgent situation; "Record of significant claims against the firm because of improper or incomplete architectural and engineering services. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) codes for this work are 541310. The small business standard is 4.5 million dollars. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in Central Contractor Registration Database (CCR). Registration can be accomplished by visiting www.ccr.gov. To be considered for this contract Firms shall submit three (3) copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the Louis A. Johnson VA Medical Center to the contact information listed below. Additionally, the submissions must include an insert detailing the following information placed in the front of the Submission. "Duns & Bradstreet Number "Tax ID Number "The E-mail address of the Primary Point of Contact. "A printed copy of the firms VetBiz Registry. "A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm's status as an SDVOSB. The letter must be must be current and no more than one year before the submission deadline. "A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. Special Note: An A/E Firm failing to provide any of the documentation detailed in the in this Notice will be determined as Non-Responsive and will not be considered. Attention: Contracting Office, Kristina Weir, Louis A. Johnson VA Medical Center Contracting Office (90C) 1 Medical Center Drive Clarksburg, WV 26301. Standard Form 330's must be received no later than 3:00 PM on May 18, 2012. Inquiries regarding this announcement can be sent to Kristina Weir via E-Mail Kristina.Weir@VA.Gov. Submissions by Electronic means are not permitted. The following are excerpts from the Scope of Work for Project# 540-12-103. As previously stated, this is not a Request for Proposal. The inclusion of the excerpts is to provide a broad overview of the design project to assist the A/E Firms to prepare their SF330s. Scope of Work This project will encompass a full renovation of approximately 15,500 square feet of the 5th floor to accept modernization of the long term care facilities and to consolidate program that will be moving from the 6th floor. All systems including, but not limited to, HVAC, controls, medical gases (vacuum, air, O2), Plumbing, Electrical will require full replacement and major renovations may be necessary to accomplish this. Repair and execute upgrades as needed to provide appropriate levels of energy conservation to include: refitting all exterior windows, 'weather' sealing interior mechanical shaft doors, energy efficient lighting and air conditioning systems and controls. Provide for increased sound and vibration attenuation to limit noise pollution of mental health facilities below and surrounding spaces and to achieve appropriate levels of visual and audible patient privacy. All rooms and spaces will be designed in accordance with the latest VA standards and/or state-of-the art design principles. The project may also encompass design documents for temporary swing space in order to accomplish construction. Follow all guidance set forth by the facility master plan. The contractor shall have sufficient personnel, facilities, office space, equipment, transportation, and supplies necessary to perform the technical services as described. The scope of work involves but is not limited to furnishing Architectural/Engineer Services Multi-Disciplinary in nature. Multi-Disciplinary work includes architectural, civil, structural, mechanical (Plumbing and HVAC), electrical, and engineering services related to healthcare facilities. The Architect/Engineer's performance must consider construction work be performed in a safe manner with minimal disruption to the operation of the medical facility. As such the A/E shall have working knowledge of Joint Commission on Accreditation of Healthcare Organizations (JCAHO) standards, and National Fire Protection Association (NFPA standards to provide a safe environment to patients, visitors, and staff. A list of work elements proposed to be accomplished within this contract is provided below. This list is not considered final and may be changed during the contract period by the Contracting Officer. Services include: Design Programs, Schematic Design, Pre-Construction Document Technical Studies, Design Reviews through the Design Development stage of a project, Cost Estimates through the Design Development stage of a project, Construction Document Review, Specialty Consultants not available through the design A/E, Cost Estimates (CD's and Construction changes), Constructability Review, Construction QA/QC, Construction submittal review not anticipated through the design A/E contract., Request for Proposals (RFP's) for design-build projects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA24412R0315/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0315 VA244-12-R-0315_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=330412&FileName=VA244-12-R-0315-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=330412&FileName=VA244-12-R-0315-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louis A. Johnson VA Medical Center;Contracting (540/90C);1 Medical Center Drive;Clarksburg, WV
Zip Code: 26301
 
Record
SN02733691-W 20120429/120427235812-cacc37ef039b9f7d0ace3190b4097673 (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.