Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2013 FBO #4124
DOCUMENT

C -- Cancellation of VISN 8 A/E Statement of Conditions and Environment of Care Preparation. - Attachment

Notice Date
3/8/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Attn: Tyshanah Holloway;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24813R0174
 
Response Due
3/8/2013
 
Archive Date
6/15/2013
 
Point of Contact
Tyshanah Holloway
 
E-Mail Address
Contract Specialist
(Tyshanah.Holloway2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 8, is seeking a qualified Architectural-Engineering firm to perform A/E services. Contract Information: A Firm Fixed Price Architectural/Engineering Services contract with a concentration in Joint Commission Survey's is contemplated with the selected firm. Applicable NAICS Codes: 541330 Engineering Services small business size standard of $14 million; 541340 Drafting Services small business size standard of $7 million; and 541350 Building Inspection Services small business size standard of $7 million. Firms submitting a package shall meet one (1) of the three NAICS code requirements. This acquisition is 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) firms. In order to be considered for award firms responding to this announcement shall be registered in VETBIZ as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). The link to the VETBIZ site is http://www.vip.vetbiz.gov/. Firms shall also be registered in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ and submit Annual Representations and Certifications via the SAM website. Consideration and selection for award requirement will adhere to the open market procurement hierarchy per Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127 and 8128. The VA's procurement order of precedence for award consideration is SDVOSB followed by VOSBs. SDVOSBS will be evaluated first against the established selection criteria. If all SDVOSBs are deemed unqualified, VOSBs will be subsequently evaluated against the established criteria to select the most highly qualified firm. The prime AE firm shall be located within a 200 mile radius of the Bay Pines Veteran Affairs Medical Center (VAMC) located at 10000 Bay Pines Blvd. Bay Pines, Fl 33744 and have a Dun and Bradstreet (DUNS) that corresponds with that location. The estimated cost for the design services is between $250,000 and $500,000. The Period of Performance shall be 250 calendar days after award of the contract and issuance of notice to proceed (NTP). The estimated start date of the Design Period of Performance shall be within 30 days after award of the contract. The AE firm awarded this contract shall conduct a Statement of Conditions (SOC) site visit to all eight VISN 8 VAMC's within 90 calendar days after receipt of the Notice to Proceed with the purpose of conducting a Statement of Conditions Survey and upon completion of the SOC survey the AE Firm shall provide a draft Statement of Conditions Survey report within 30 days after completing the SOC site visit and a final SOC Survey Report within 60 days after completing the SOC Site Visit. Scope of Work: The A/E shall provide a Statement of Condition (SOC) Survey including Life Safety Code Assessment (LSCA) in accordance with the latest edition of the National Fire Protection Association code, complete a Mock Environment of Care Survey, provide EOC training, update Life Safety Drawings, and update or create a new Building Maintenance Plan for the following eight sites located throughout the Veterans Integrated Service Network (VISN)8 : VA Caribbean Healthcare System - San Juan, Puerto Rico, Miami VA Healthcare System - Miami, FL, Malcom Randall VAMC, NF/SGVHS - Gainesville, FL, Orlando VA Medical Center - Orlando, FL, James A. Haley Veterans' Hospital - Tampa, FL, VAMC West Palm Beach - West Palm Beach, FL, Lake City VAMC, NF/SGVHS - Lake City, FL, and Bay Pines VAMC - Bay Pines, FL. The contractor will conduct a Statement of Conditions survey at each of the VISN 8 facilities listed above. The surveys will focus on The Joint Commission (TJC) standards for the Statement of Conditions. Consultants will use the current TJC Standards published in the Comprehensive Accreditation Manual for Hospitals: The Official Handbook (CAMH), and follow TJC guidelines regarding the Statement of Conditions, while completing the surveys and related reports. The contractor will use the most current Life Safety Code Standard. Where the standards differ significantly from the Life Safety Code that TJC typically uses for non VA sites, he/she will point out the differences and advise on compliance alternatives. Contractor shall provide all engineering and technical services, equipment and supplies to complete the SOC Survey in accordance with the NFPA 101 Life Safety Code. The assessment will encompass the exterior grounds as well as buildings. The contractor will consult with the hospital Engineering and Safety POCs to identify areas of the facility that meet the mixed occupancy criteria outlined in NFPA 101. Selection Criteria: Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836-602-1 as follows: (1) Professional Qualifications necessary for satisfactory performance of required services; to include qualifications and credentials of the surveyor (2) Specialized Experience and Technical Competence in the type of service required. (3) Capacity to accomplish the work in the required time. Please provide a "draft" SOC site visit schedule demonstrating the ability of the firm to accomplish the work in the require time frame as described earlier in this announcement. (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 of A/E Firm: firm's geographic proximity to Bay Pines VA Medical Center will be evaluated. This criterion will apply to the Firm's corporate office physical address. (6) Reputation and standing of the firm and its principal offices with respect to professional performance, general management, and cooperativeness. (7) Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Submission Requirements: A/E firms responding to this announcement shall submit three (3) copies of a technical proposal and one (1) original and two (2) copies of the SF330 outlining the capability to provide required services under this contract. Technical proposals must include at a minimum: 1.Cover letter to include company experience in providing SOC surveys and BMPs. Commercial company literature may be provided instead of cover letter. Include information on how company stays current with changing TJC requirements. 2.Standard Form 330 Architect-Engineer Qualifications parts I and II outlining qualifications and credentials of the surveyor to be assigned. In order to be considered a qualified Fire Protection Engineer (FPE) for the state of Florida and Puerto Rico the following requirements must be met. The principal in the firm must be a -A licensed Professional Engineer (PE) in the state of Florida and shall include a copy of the license in the SF330 package. -The Firm's SOC Surveyor shall be included by name in the SF330 and must be qualified as a FPE in the state of Florida. In order to be considered a qualified FPE for this project the SOC surveyor shall be a licensed FPE in the state of Florida or be a licensed PE in the state of Florida and have a Bachelor of Science (BS) degree in Fire Protection Engineering with: a.2 years' experience in the application and interpretation of National Fire Protection Association (NFPA) Codes and Standards and the model building codes. b.2 years' experience in the design/review of automatic sprinkler and fire alarm systems, including: (1)Automatic sprinkler and fire alarm system shop drawings. (2)Automatic sprinkler system hydraulic calculations (3)Application and interpretation of NFPA 1, 10, 13, 14, 20, 24, 30, 45, 72, 75, 82, 90a, 99, 101, 220, and 241. (4)Two years' experience in the design of health care facilities (5)Two years' experience in acceptance tests of fire protection systems (6)The firms FPE shall remain on the firm's staff throughout the life of this contract. 3.Provide a list of Commercial Hospitals and VA Medical Centers that the company has provided SOC surveys and BMPs to within the last five years. 4.Past Performance history/references: Identify all Federal, State, and local Government contracts and private contracts of similar scope, size, and complexity that are ongoing or have been completed within the last two years. Include information that depicts contract compliance, financial stability, efficiency, and customer satisfaction. The past performance record shall also include data on project control, quality of work and compliance with performance schedules. Provide a list of three references pertaining to those contracts including name, address, contact person, and telephone number. NOTE: 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. The submission must include an insert detailing the following information: 1) Dun & Bradstreet Number 2) Tax ID Number 3) The name, e-mail address, and phone number of the Primary Point of Contact 4) A copy of the firm's VetBiz Registry. Submission requirements are limited to a MAXIMUM of thirty (30) pages, with a font size no smaller than 11. FAILURE TO CLEARLY ADDRESS ALL EIGHT LISTED SELECTION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. Award of any resultant contract is contingent upon the availability of funds. 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. SUBMISSION DEADLINE: Submit required documents no later than 3:00 PM, EDT. December 10, 2012 to the Issuing Office shown on page 1 with attention to: Tyshanah Holloway. Please include the name of your business on the outside of your package. Scheduled interviews shall follow. Questions may be directed via email to Tyshanah Holloway at Tyshanah.Holloway2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24813R0174/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-0174 VA248-13-R-0174(MOD2).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=649899&FileName=VA248-13-R-0174-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=649899&FileName=VA248-13-R-0174-002.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: Throughout the Veterans Integrated Service Network;(VISN)8
Zip Code: 33744
 
Record
SN03007653-W 20130310/130308234541-dd6a9f2fc74173e3d503359705990ca0 (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.