Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
DOCUMENT

C -- Correct Facility Envelope Structural and Seismic Deficiencies - Attachment

Notice Date
2/28/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313I0685
 
Response Due
3/29/2013
 
Archive Date
5/28/2013
 
Point of Contact
Phillip Kang
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project #630A4-10-404 Correct Facility Envelope Structural and Seismic D at the VA Brooklyn Campus. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $5,000,000 and $10,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.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 Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. SCOPE OF SERVICE REQUIRED 1)The Architect-Engineer (A/E) shall review the VA Seismic Inventory, Phase 5, Volume III, Building Evaluations - 3.Brooklyn, Building 4A prepared by Degenkolb Engineers in June 2004. 2)A/E to provide all services necessary to mitigate against seismic deficiencies including structural and non-structural components. This includes site survey work to verify As-Built drawings, existing field conditions, preparation of contract drawings and specifications. 3)A/E shall review existing building envelope facade repair. A/E shall also provide detail survey of the building 1 façade- such as parapet wall, lintel at the windows, coping stone, sunscreen concrete balcony, and tuck-pointing and clean brick façade in building #1,2,4,4A,6,8,8A,14,and15. 4)AE to include all necessary construction and phasing plans to minimize disruption to the daily operation of the Medical Center. Building Utilities such as equipment, pipes/ducts and connections for heating, ventilation, air conditioning (HVAC), electricity, gas, water, wastewater, communications and structural work will have to be done after hours and weekends only. 5)A/E to submit 30%, 60% and 100% contract drawings and specifications for VA review and approval. Design Basis Report (DBR) shall be provided and updated at each submission. 6)A/E shall provide construction period services to include submittal review provide responses to RFI's, site visits/inspections and prepare as-built drawings from contractors mark-up. 7)Design and construction will conform to VA Construction standards, VA Seismic Design Requirements H-18-8, and NFPA 101 life safety code 8)Provide detailed cost estimate at 30%, 60% and 100% review. 9)Licensed structural engineer with experience in seismic rehabilitation to sign and seal construction documents and independent plan review of construction documents to ensure compliance with H-18-8. 10) A/E shall provide three (3) sets of drawing for review at 30%, 60% and 100% review stage, one (1) electronic copy of the drawings and specifications (CD), three (3) hard copies of drawings and specifications and one (1) set of Mylar drawings to the VA for record plans at the completion of design. 11)A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of construction and turn over the changes in the As-Built drawings to the VA. The A/E shall have all available As-Built drawings: "Mechanical, Electrical, Plumbing, Structural "Architectural "Fire Suppression " It is the A/E's responsibility to verify the accuracy of the As-Built drawings. 12)Provide the service of photography to take before and after construction photo shots. Provide computer access photo shots for VA to get access. Provide VA copy of photo shots. Completion Time for Design: 180 Calendar Days for Design The Magnitude of construction project: Between $5,000,000 and $10,000,000 Location: Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place Brooklyn, NY 11209-7104 SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (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 the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on March 29, 2013. All submittals must be sent to the attention of Phillip Kang (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission 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 and; 4. A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Phillip.kang@va.gov), telephone inquires will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313I0685/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-I-0685 VA243-13-I-0685.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=638427&FileName=VA243-13-I-0685-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=638427&FileName=VA243-13-I-0685-000.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: VA Brooklyn Campus;800 Poly Place;Brookyln NY
Zip Code: 11209
 
Record
SN02999127-W 20130302/130228235300-f22ef0e2ec707274c8afc2bd50c53411 (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.