Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2013 FBO #4325
DOCUMENT

C -- Project 546-CSI-112;Site Prep for 1st Floor MRI- Miami VA Medical Center - Attachment

Notice Date
9/25/2013
 
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
VA24813R2961
 
Response Due
10/25/2013
 
Archive Date
1/23/2014
 
Point of Contact
Wayne L Boger
 
E-Mail Address
646-4502<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project 546-CSI-125-13-103, Site Prep MRI 1st Floor VA Medical Center, Miami Florida Contracting Issuance and Administration Office: Department of Veterans Affairs-VHA, Network Contracting Office (NCO) -8, Construction Team 1, 2500 Lakemont Avenue, FL 32803. Place of Performance: Bruce W. Carter Department of Veterans Affairs (VA) Medical Center, 1201 N.W. 16th St, Miami, FL 33125. THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR SUBSEQUENT AMENDMENTS. It is the Offeror's responsibility to check Federal Business Opportunities (www.fbo.gov) for any revisions to this announcement before submission of your firm's SF330. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. Department of Veterans Affairs VHA, NCO-8 Construction Team 1 is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an responsible 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. Interested A/E firms must have the capability of engaging all additional disciplines as necessary to provide a complete fee proposal. General Requirements: An Architect & Engineer (A&E) contract will be negotiated for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services. The A&E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. 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. The Selected A/E firm shall furnish technical services for schematic design, design development and construction documents. 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 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. Project Overview: This project will address the 1st Floor MRI area at Building #1, and will provide a design for the New MRI Area. The design of this project will address, but will not be limited to, the following items: 1.Perform a technical evaluation of the existing site conditions, paying special attention to existing structural system, utilities, building operations, etc. 2.Establish additional programming requirements for the design project by collecting information from the designated VA personnel. 3.The A/E shall take into consideration all necessary life safety measures, as well as hospital flow when designing the construction phases. A justification shall be provided. 4.The project shall be phased from section to section to provide a minimum interruption to the medical center. 5.Provide a construction estimate per phase. 6.Design new ceiling configuration to fit proposed energy efficient light fixtures. 7.The A/E shall be responsible for physically identifying existing electrical panels, location and available capacity. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. NAICS Code: 541310. NAICS Code for the Construction project: 236220. Construction magnitude of the project is between $500,000 and $1,000,000 Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index or 2,052.7 for the period March - April 2012. This limiting cost will be adjusted as the Boeckh Index changes from the date of this fixed limit to the date the bids on the construction contract are opened. Anticipated award date of the Project Construction phase is: Unknown, probable 2014 or 2015. Anticipated award date of the proposed A-E Contract is on or before March 30,2014. Anticipated period of performance of the A-E contract is 90 Calendar Days. Anticipated period of performance of the Construction Contract is estimated: TBD. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the NCO-8 Construction Team 1 and the Miami VA Facility Engineering staff 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. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in CCR (SAM) (https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their firm's qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB) Offeror, you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74 and certifying your firm is eligible to receive an award per this notice. While your firm may be listed as "verified" in VA's VetBiz Vendor Information Pages, if protested, and based upon the evidence submitted, if the protest is sustained as determining that your firm is ineligible for award as a SDVOSB, your firm may be held liable for all re-procurement costs associated with this solicitation. Submitting firms themselves and/or any intended subcontract SDVOSB/ VOSB firms must be registered and visible/certified on Vetbiz and CVE Verified prior to award. The SDVOSB business must be 51% or more owned and controlled by one or more service connected veterans. The service connected veteran(s) or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran must manage and control the daily operations of the SDVOSB/VOSB firm. 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 must be spent for employees on the SDVOSB itself or other eligible SDVOSB concerns. SELECTION OF THE A-E FIRM: Firms responding to this announcement by submitting a SF 330 will be considered for initial evaluation. Following initial evaluation of submitted SF330s, discussions/interviews/negotiations will be held with at least three (3) A/E firms that are determined "MOST HIGHLY QUALIFIED" to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for discussions/interviews/negotiations shall be made by a Pre-selection Board by evaluation of PRIMARY SELECTION CRITERIA PRIMARY SELECTION CRITERIA in Order of Preference: Note: Failure to address all selection criteria in sufficient detail will result in a low a rating or exclusion. Selection criteria (See FAR Subpart 36.6 and VA Acquisition regulation 836.6) as follows: 1.Professional qualifications necessary for satisfactory performance of required service. A board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. 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. A board will evaluate the specialized experience on similar projects and the technical capabilities (such as design quality management procedures, CADD, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. The Board will evaluate where appropriate the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. 3.Capacity to accomplish the work in the required time. A board may consider more favorably a firm's experience in projects similar or greater in scope, size and magnitude and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The board will consider the full potential value of any current A/E contracts that a firm has been awarded when evaluating capacity. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process. 5.Location in general geographical area of the projects 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. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. The SF 330 must address these criteria. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The SF 330 shall contain a signed and dated statement affirming that that there are no records of significant claims 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. 9.The area of consideration for an Offeror is a 1,000 Mile driving radius between principal business listed in VETBIZ and the Bruce W. CarterDepartment of Veterans Affairs Medical Center, 1201 N.W. 16th St, Miami, FL 33125. Determination of mileage eligibility will be based on www.mapquest.com and the principle business address associated with the SDVOSB vendor's address listed in VETBIZ. 10.Demonstrated ability to follow Sources Sought instructions to include, clarity, accuracy and the organization and completeness of the Offeror's SF330. All SF330 submissions must include the following information either on the SF330 or by supplemental information: 1)Dun & Bradstreet Number 2)Principle Business Address 2) Tax ID Number 3) The e-mail address and phone number of the Primary Point of Contact 4) A current copy of the firm's VetBiz Registration 5) SF 330 MUST CLEARLY INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm's employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). 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). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitation on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included in the evaluation process. Information Used by Boards: Boards will only consider the following information: SF330 Parts I and II; any required supplemental information; documented performance evaluations. A board will not assume qualifications which are not clearly stated in a firm's submission. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit SF 330 and cover pages and any supporting documentation in the following format: Two (2) hard copies, the SF 330 contained in separate 3-ring binders AND One (1) CD -digital SF 330 for Parts I and II, signed and dated by the authorized representative. THREE RING BIDER FORMAT "Cover Page "Table of Contents "Tab A: Supplemental Information "Tab B: SF 330 "Tab C: Miscellaneous Information SF 330 Parts I and II and all supporting documents must be received no later than 4:00 PM EST, Friday, October 25, 2013. EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. Hard copy SF 330 and supporting information shall be submitted/received in 3-ring binders. SEND SF330 SUBMITTALS TO: Department of Veterans Affairs Orlando VA Medical Center ATT: Wayne L. Boger, Contracting Officer 5201 Raymond Street Orlando FL 32803-8208 Point of contact is: Mr. Wayne L. Boger, Contracting Officer, Phone (407) 646-4502, Email: Wayne.Boger@va.gov. REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to in writing to: Wayne.Boger@va.gov. No phone calls will be accepted. The Subject line shall read; A/E Project 546-CSI-112 || SOURCES SOUGHT RFI || VA248-13-R-2961. The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on October 16, 2013. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time.*** ------------------------------------------------------END-----------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R2961/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-2961 VA248-13-R-2961.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1024943&FileName=VA248-13-R-2961-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1024943&FileName=VA248-13-R-2961-000.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: Bruce W. Carter Department of Veterans Affairs;(VA) Medical Center;1201 N.W. 16th Street;Miami, FL
Zip Code: 33125
 
Record
SN03201690-W 20130927/130925234753-6baff8347999c26b3a827f037862d719 (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.