Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
DOCUMENT

C -- 675-12-900 Build New Research Space - Lake Nona - Attachment

Notice Date
5/24/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24812R1535
 
Response Due
9/15/2012
 
Archive Date
12/14/2012
 
Point of Contact
Christy Glass, CO
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
A/E Project 675-12-900 Build New Research Space - Lake Nona Contracting Office: Department of Veterans Affairs, Orlando VA Medical Center, Orlando, Florida THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENT(S) IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Department of Veterans Affairs, Orlando VA Medical Center, Orlando Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an A/E firm for development of complete Construction Documents (i.e. working drawings, specifications, and reports) and perform Construction Period Services for this project entitled: Build New Research Space - Lake Nona Project 675-12-900, for the Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando, FL 32803. The selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. The A/E firm shall furnish technical services for schematic design, design development and construction documents. The selected contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. The NAICS code for this A/E project is 541310. The estimated magnitude for construction is between $5,000,000 and $10,000,000. The projected NAICS code for future bid build project will be 236220. The anticipated award date of the Construction phase of the Project is around April 01, 2013. The anticipated award date of the proposed A-E Contract is on or before September 15, 2012. The Anticipated period of performance of the A-E contract is 210 Days, excluding Government holidays The Anticipated period of performance of the Construction Contract is estimated to be between 150-350 days. Duration of Construction Period Services and Authority: The Architect/Engineer's firm will be responsible for being responsive to the Orlando Department of Veterans Affairs (OVAMC) and provide Basic A/E Services during the Construction Period Services Phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. Construction Project Overview The Orlando VA Medical Center proposes to design and build a new research building to be located at the Lake Nona "Medical City" site. This new building will be a single story floor plate approximately 20,000 SF of research (laboratory) space that will support "heavy" wet-lab research along with some office space. The building will need to be designed for 3 additional stories (vertical expansion). The breakout will be approximately 75% research and 25% office space. This new space will be built above the SimLearn Building located at the Lake Nona campus. Design work to include all required work to complete the research facility structure from the ground up, including parking and landscaping. Architectural Issues: The design guidelines as listed below are to be followed. The Build New Research - Lake Nona space is to be more contemporary in terms of finishes as well as layout and workflow. Architectural scope is to include layout and detailing of the new space as required for new construction. Major spaces are defined: Interior Design Issues: The finishes are to be per VA Room, Finishes, Door & Hardware Schedule (PG 18-14), VA Interior Design Manual and the Orlando VA Medical Center Environmental Management Services Interior Designer established standards. Mechanical Issues: Mechanical work shall provide a complete energy efficient system with all new mechanical equipment, duct work, piping, controls, diagrams, one line diagrams and all other relevant information to provide a complete functional and appropriate system. Electrical Issues: Electrical systems shall include lighting, power, emergency power in accordance with NFPA 99, fire alarm, telecommunications, CCTV, access control and nurse call systems. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as "verified" in VA's Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all re-procurement costs associated with this solicitation. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.Professional qualifications necessary for satisfactory performance of required service. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3.Capacity to accomplish the work in the required time. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror is a 500 mile driving radius between offeror location and the Orlando VA Medical Center, Orlando FL (Determination of mileage eligibility will be based on www.mapquest.com). REQUESTS FOR INFORMATION: All RFIs shall be submitted to Christy.Glass@VA.gov. The Subject line shall read; "RFI-VA248-12-R-1535 The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on June 18, 2012. ***** RFIs regarding the follow on construction solicitation will not be addressed at this time***** SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hard copies and one (1) digital SF 330 for Parts I and II SF 330 for Parts I and II no later than 4:00 PM, EST on June 29, 2012. (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) All SF330 submittals must include an insert detailing the following information: 1. Dun & Bradstreet Number 2. Tax ID Number 3. The e-mail address and phone number of the Primary Point of Contact 4. A copy of the firms VetBiz Registry SEND SUBMITTALS TO: Mailed Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 5201 Raymond St Orlando, FL 32803 Hand Carried Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 2500 Lakemont Ave Orlando, FL 32814 IAW FAR 36.603, any firm/offorer that has submitted SF 330 Parts I and II to this office on or after January 1, 2012 need not resubmit to be considered for this requirement. All Firms/Offorers are encouraged to submit, to this office annually, an updated statement of qualifications and performance data on a SF 330 Part II. This submission need not be in response to a solicitation. If any Firm/Offorer wishes to be excluded from competition for this requirement please, at any time, send a statement signed by firm owner/officer to one the addresses above or to cory.pfenning@va.gov. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s. Point of contact is Christy Glass, Contracting Officer, (407)646-4904 Christy.Glass@VA.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812R1535/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-1535 VA248-12-R-1535.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349145&FileName=VA248-12-R-1535-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349145&FileName=VA248-12-R-1535-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02757026-W 20120526/120524235059-ad841a4c2a0facf081d5a4cc3c482234 (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.