Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2013 FBO #4337
DOCUMENT

C -- AE Relocate Medical Server 583-13-310 - Attachment

Notice Date
10/7/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;Network 11 Contract Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25114R0011
 
Archive Date
1/14/2014
 
Point of Contact
Jeffery A Ridenour
 
E-Mail Address
8-1518<br
 
Small Business Set-Aside
N/A
 
Description
The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 583-13-310, Relocate Medical Server AE Design at the Richard L. Roudebush Medical Center in Indianapolis, IN as described below: Scope of project: The intent of this project is to prepare plans and specifications necessary to relocate the existing Medical Server. Design shall include all aspects including structural, architectural, mechanical, fire protection, interior design and all other aspects of the design to result in a complete and highly functional space. Provide new HVAC system to incorporate new controls and sensors, and provisions to allow for cooler temperatures in server room to provide for sufficient cooling, assessment and potential redesign of electrical system for medical server space, provide a raised floor to effectively provide conduits for power cabling, tracks and conduits for data cabling, and a distribution system for cool air, provide for an access control and security system to limit personnel access to the area according to VA Standards. The Architect / Engineer (A/E) will verify record drawings and existing conditions; prepare fully developed Construction Documents (drawings and specifications); construction phasing (scheduling) timeline; cost estimates; and provide construction period services. The total completed design shall include all necessary features and items of work required so that the government shall have a complete buildable and functional system complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable codes and standards. Construction cost range is estimated to be between $500,000 and $1,000,000. Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria: 1.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. 2.Specialized Experience: Including technical competence in the type of work required, as well as, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3.Capacity: Ability for the firm to accomplish the work in the required time. 4.Location and Facilities of Working Offices: The geographic proximity of each firm and knowledge of the facility will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. 5.Past Performance/Reputation: standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. 6.Record of significant claims: Any record of claims against the firm due to improper or incomplete architectural and engineering services will be evaluated. 7.Teamwork: Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 8.Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 9.Project Control/Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases and techniques of the proposed design team to control the schedule and costs of this project will both be evaluated. 10.Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated; these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. The NAICS Codes for this procurement is 541310 Engineering Services. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is January 31, 2014. Anticipated time for completion of design is approximately 165 calendar days including time for VA reviews. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-100 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-100A, Federal Contractor Veterans' Employment Report (VETS-100 Report) in all cases where the contractor or subcontractor has received an award of $100,000 or more. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-100 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d) for that fiscal year. You are strongly urged to submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, you may check the following website: http://www.dol.gov/vets/programs/fcp/main.htm. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (DEC 2001) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports Veterans (SEPT 2010) under the General Conditions. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc) and a CD copy of the Standard Form 330. Mail to: 8888 Keystone Crossing Suite 1100, Indianapolis, IN 46240, Attn: Contract Specialist Jeff Ridenour to be received by no later than 3:00 PM local time November 13, 2013. No solicitation document is available and telephone inquires will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25114R0011/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-14-R-0011 VA251-14-R-0011_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1040596&FileName=VA251-14-R-0011-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1040596&FileName=VA251-14-R-0011-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03212390-W 20131009/131007233827-0070f5f3ba869168951031e1a0b1b652 (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.