DOCUMENT
C -- A&E SERVICES TO EXPAND HEALTH WING *SF330 DUE 07-17-2013* - Attachment
- Notice Date
- 7/2/2013
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
- ZIP Code
- 73104-5007
- Solicitation Number
- VA25613R1031
- Response Due
- 7/17/2013
- Archive Date
- 8/16/2013
- Point of Contact
- KIMBERLY COLE
- E-Mail Address
-
E.
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330's - VA HEALTH WING/EMPLOYEE WELLNESS CENTER A/E DESIGN 1.This is a request for Standard Form 330, not a request for proposal to provide Professional Architectural and Engineering design services for expansion of the Health Wing/Employee Wellness Center at the OKC, VA Medical Center, Oklahoma City, Oklahoma, 73104. 2.The Firm shall be listed in CCR under NAICS code 541310 (SIZE STANDARD $7 Million) to provide services to Design and prepare Construction Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Engineering Calculations, and subsequent Construction Period Services for the design of a new Health Wing for the Employee Wellness, Therapeutic Clinic, and Learning Resource Center. The Project specifically shall involve the following: a.This project will demolish the existing Health Wing at the north end of the Oklahoma City VA Medical Center and construct a new 33,000 square foot 3 Floor Structure in its place to house Employee Wellness, the Therapeutic Recreation Clinic, and a new Learning Resource Center. b.The new Ground Floor area would allow for a new Therapeutic Recreation treatment area that would be twice the size of the existing treatment area. The new design incorporates the following: -Addition of a therapy swimming pool -Weight room to double in size. -Addition of exercise equipment accessible to wheelchair users. -Addition of a mat room for tai chi, yoga, core exercise, stretching, etc. -Addition of resources specifically targeted for Operation Enduring Freedom/Operation Iraqi Freedom/Operation New Dawn (OEF/OIF/OND) Veterans and employees, i.e. climbing wall. -Securing of exercise equipment for safety (several pieces of equipment are currently outside the weight room due to lack of space and present a safety hazard in the event appropriate staff are not available for monitoring purposes.) -Male and female locker rooms -Small laundry facility for recreation and gym towels -An employee and patient access control system -Indoor track -Patient and staff fitness monitoring system c.The 2nd Floor shall provide space for both Inpatient and Outpatient therapy groups. d.The 3rd Floor shall house the Learning Resource Center. 3.Background: This Project shall include total Design, Construction Documentation, and Specifications to be used in Demolition of existing space and Construction of the new space for the aforementioned Health Wing/Employee Wellness Center. The Project Scope will accommodate ADA accessibility issues and privacy issues where necessary. In addition, the Project Scope will incorporate all interior finish details to include color and design layout inclusive of all drawings and calculations necessary to perform construction fully described herein the Statement of Work ("SOW"). All services provide in the SOW shall meet current local, state, federal, VA, VISN, ADA, NFPA, TJC and Life safety codes and directives. The awarded A/E firm will develop standard design documents for use in the bidding and construction by a qualified contractor. The A/E firm will also provide construction administration. 4.Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. The A/E firm must be an SDVOSB verified company as recognized in the VetBiz system as a CVE verified SDVOSB firm at time of receipt of SF 330's (provide evidence along with your SF330 submission). Your firm shall also be registered in the Systems for Awards Management at www.sam.gov (provide evidence at time of SF330 submission). Your firm must also provide General Liability insurance and Errors - Omission insurance certifications at time of SF330 submission. If your firm has had litigation against it, show documentation on how these issues have been resolved when submitting your SF330 qualifications. 5.The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. As an SDVOSB structured firm, you must be able to self-perform 50% of the cost of the contract performance (or more) utilizing the employees of your firm that are on your payroll log. Payroll logs may be required to verify employment relationship of staff, shown to be associated with this project from your SF330 details, are truly employed by your firm if requested by VA Contracting department. 6.Geographic area of consideration is unlimited provided the Firm includes a Licensed Architect with its State's Registration Stamp and Oklahoma Certificate of Authority. 7.Firms interested in being considered for this project are to submit their completed SF 330 electronically to kimberly.cole4@va.gov no later than 2:00 P.M. (CST) on JULY 17, 2013. The A/E selection criteria shall include your qualifications and past performance data. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry; (5) Location of the general geographic area of the project and knowledge of the locality of the project THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This requirement is subject to Availability of Funds. Point of contact is Kimberly Cole, Department of Veterans, VISN 16, 921 N.E. 13th Street, Oklahoma City, OK 73104. The completed SF 330 will be evaluated by the VA Medical Center Engineer Evaluation Board. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. 8.No bid packages are available. This is NOT a Request for Proposal (RFP). NAIC No. 541310 applies to this project. The new Small Business Standard of $7.0 million applies to your firm with respect to this project. The Construction Cost Range for this project, in accordance with VAAR 836. 204 (h) is $5,000,000.00 - $10,000,000.00. Your submittals will be evaluated per section 7 above and the top three (3) rated firms will be contacted for interviews. Only one (1) firm will be selected for award of Expansion of the HEALTH WING Design A/E contract. PLEASE NO PHONE CALLS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25613R1031/listing.html)
- Document(s)
- Attachment
- File Name: VA256-13-R-1031 VA256-13-R-1031_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=849737&FileName=VA256-13-R-1031-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=849737&FileName=VA256-13-R-1031-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-R-1031 VA256-13-R-1031_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=849737&FileName=VA256-13-R-1031-002.docx)
- Place of Performance
- Address: KIMBERLY COLE;DEPARTMENT OF VETERANS AFFAIRS;921 N.E. 13TH ST.;OKLAHOMA CITY, OK 73104-5007
- Zip Code: 73104-5007
- Zip Code: 73104-5007
- Record
- SN03105655-W 20130704/130702235208-01a28db59c2c7bd48c4354b48a07343c (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 |