DOCUMENT
C -- Renovate Ward 3C -Cardiology Equipment Install 573-CSI-102 - Attachment
- Notice Date
- 10/28/2013
- 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
- VA24814R0073
- Response Due
- 12/3/2013
- Archive Date
- 12/13/2013
- Point of Contact
- Christy Glass, Contract Officer
- E-Mail Address
-
y.Glass@VA.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- A/E Project 573-CSI-102 AE Renovate Ward 3C, Gainesville Florida Contracting Office: Department of Veterans Affairs, Orlando VA Medical Center (OVAMC), 5201 Raymond Street, Orlando, FL 32803. 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. 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 SF330s. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. The VA is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an 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 A A/E Project 573-CSI-102 AE Renovate Ward 3C in Gainesville Florida. Interested A/E firms must have the capability of engaging all additional disciplines as necessary to provide a complete proposal. 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. 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. This A/E project's NAICS code is 541310 and the annual small business size standard is $7.0 M. The future bid build (Construction) project's projected NAICS code will be 236220. This project's construction estimated magnitude is Between $2,000,000 and $5,000,000 Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index VISN 8 Gainesville, Florida, or 2,369.5 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 Construction phase of the Project is projected Unknown, probable March 2015 - February 2016. Anticipated award date of the proposed A-E Contract is on or before April 30, 2014. Anticipated period of performance of the A-E contract is 280 Design Days. Anticipated period of performance of the Construction Contract is estimated to be between 180 to 240 days. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the Malcom Randall VA Medical Center's Chief Engineer, Project COR and CO, 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, but act in an advisory and consultant capacity. Project Overview PROJECT OVERVIEW: This project requires complete design documentation to renovate approximately 8,000 square feet of space to construct a Cardiovascular Laboratory Service in the third floor, building 1 of the Malcom Randall VA Medical Center 1601 S.W. Archer Road Gainesville, Florida 32608-1197. Rooms in the unit shall be designed in accordance with the VA Design Manual and Space Planning Criteria. End user will provide inputs on functional space requirements during project meeting. The design of this project will address, but will not be limited to, the following items: 1. Asbestos abatement of floor tiles and mastic as well as HVAC/Pipe insulation materials will also be included as part of the renovation. 2. Design a dedicated HVAC system for the area, a mechanical room to service this unit shall be part of the design. The new air handling unit (AHU) shall be equipped with variable frequency drive(s), have a chilled water coil cooling system as its primary and alternate ("back-up") cooling system. Chilled water source/tapping shall not adversely impact other units served by the piping system. Structural analysis of the existing floor will also be required for the new HVAC system location. Operational parameters of the unit, and its associated equipment, shall be monitored at the Graphics Control area through the existing Building Management System (BMS). 3. Coordination with VA's Biomedical personnel, Information Resources personnel, and equipment vendors/installers for location/installation of electrical and communications utilities. 4. Colors to be coordinated with the VA Interior Designer, including all room / area finishes, walls, flooring, ceiling, etc. 5. Availability of utilities especially emergency power, UPS requirements. 6. Available space above ceilings for utility work. The new air handling unit ductwork will be a factor in available ceiling space. 7. Access to the construction area should be included in the plan. As a general rule the VA does not want this traffic through the hospital. 8. Project shall be designed with 20% deductive bid capacity built in. 9. Conformance with current VA design guidelines for the construction/renovation of Cardiovascular Laboratory Service. 10. Maximum space utilization as well as the best patient flow design shall be considered. 11. Make recommendations on the construction phasing to minimize the impact in the regular operations above, below, and near the area including impact in utility shut downs. 12. The AE firm is required to coordinate with the VA Staff for site visits as indicated in the attachment 'A/E Statement of Task'. 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, 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 of the SDVOSB itself or other eligible SDVOSB concerns. A-E FIRM SELECTION: Firms responding to this announcement by submitting a SF 330, before the closing date, will be considered for initial selection evaluation. Following initial evaluation of submitted SF330s, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be selected for discussions/interview/negotiation. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for negotiation shall be made through an order of preference based on the following SELECTION CRITERIA: SELECTION CRITERIA: Failure to address all selection criteria will result in a decreased rating. Selection criteria (FAR Subpart 36.6 and VA Acquisition regulation 836.6) as follows: 1.Professional qualifications necessary for satisfactory performance of required service. The firm and or AE on staff representing the project must be licensed to practice in the State of Florida under Florida state law. 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 general geographical area of the project 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. (It is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. The preferred area of consideration for Offeror is a 500-mile driving radius between principal place of business and the Orlando VA Medical Center, Orlando FL Mileage eligibility will be based on www.mapquest.com). 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Record of significant claims against the firm 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.Ability to follow Sources Sought instructions and Proposal Organization, appearance, & completeness. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hard copies and one (1) CD - digital SF 330 for Parts I and II SF 330 for Parts I and II no later than 4:00 PM, EST on December 3, 2013. (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) All SF330 submittals must include the following information either on the SF330 or by accompanying document: 1) Dun & Bradstreet Number 2) Tax ID Number 3) The e-mail address and phone number of the Primary Point of Contact 4) A copy of the firm's VetBiz Registry. 5) SF 330 MUST 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) Limitations on Subcontracting. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included in the evaluation process. SEND SF330'S SUBMITTALS TO: Mailed Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 5201 Raymond St Orlando, FL 32803 Hand Carried Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 2500 Lakemont Ave Orlando, FL 32814 If hand-carried, make sure to obtain a delivery receipt from the Contracting Office. Point of contact is Christy Glass, Contracting Officer, (407) 646-4904 Christy.Glass@VA.gov. REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to Christy.Glass@VA.gov. No phone calls will be accepted. The Subject line shall read: A/E Project 573-CSI-102 SOURCES SOUGHT RFI-VA248-14-I-2951. The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on November 22, 2012. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24814R0073/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-R-0073 VA248-14-R-0073 REQUEST FOR SF330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065867&FileName=VA248-14-R-0073-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065867&FileName=VA248-14-R-0073-000.docx
- File Name: VA248-14-R-0073 P01 PLAN, ARCHITECTURAL 573-CSI-102.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065868&FileName=VA248-14-R-0073-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065868&FileName=VA248-14-R-0073-001.pdf
- File Name: VA248-14-R-0073 PLAN, SITE 573-CSI-102.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065869&FileName=VA248-14-R-0073-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065869&FileName=VA248-14-R-0073-002.pdf
- File Name: VA248-14-R-0073 Boeckh Index VISN 8.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065870&FileName=VA248-14-R-0073-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065870&FileName=VA248-14-R-0073-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-R-0073 VA248-14-R-0073 REQUEST FOR SF330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1065867&FileName=VA248-14-R-0073-000.docx)
- Place of Performance
- Address: 1601 S.W. Archer Road;Gainesville Florida
- Zip Code: 32608-1197
- Zip Code: 32608-1197
- Record
- SN03223177-W 20131030/131028233721-fec35a98be97ae81d9df6f9fd384b406 (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 |