Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
DOCUMENT

C -- Design Replace Fire Alarm System - Attachment

Notice Date
11/27/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25614R0039
 
Response Due
12/20/2013
 
Archive Date
3/20/2014
 
Point of Contact
Travis A Sippel
 
E-Mail Address
0-4059<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The A/E firm shall, in collaboration with VA staff, accomplish Contract Drawings and Specifications, and provide Construction Period Services for a project to replace the fire alarm system in the following buildings at the Overton Brooks VAMC, Shreveport, LA: Bldg 1 - Main Hospital? Bldg 2 - Engineering Shops? Bldg 3 - Boiler Plant? Bldg 4 - Administrative Bldg (Engineering)? Bldg 6 - Administrative Bldg (OI&T)? Bldg 12 - Fiscal? Bldg 14 - Admin? Bldg 16 - Medical Research / Temporary Storage? Bldg 25 - Hazardous Waste Storage? Bldg 27 - Storage (Engineering)? Bldg 29 - Storage (Logistics)? Bldg 33 - Medical Research? Bldg 36 - Storage (Environmental Management)? Bldg 42 - Clinical Bldg (PET/CT). The project shall also include the installation of fiber optics to the following buildings: Bldg 55 - (Eye & Podiatry Clinic, HBPC) and Bldg 57 - Dental Clinic. This contract will provide for complete design (construction documents) and comprehensive construction period services (CPS). The new system shall fully address replacement and installation of all system and component devices to meet and/or exceed all applicable National Fire Protection Agency (NFPA) Fire Code and National Electrical Code (NEC) requirements. It shall also address phasing and maintaining the current system operational during construction. Further, the project shall address an electrical condition gap identified by the station Facility Condition Assessment (FCA) to be corrected in the Capital Asset Inventory (CAI). AE shall perform design site visits, design review meetings, etc. as needed to accomplish and facilitate each phase of the design. The AE shall incorporate the requirements of all applicable codes, including but not limited to, Fire & Life Safety, ADA, National Electric Code, International Plumbing Code, VA HVAC Design Guidance, and other applicable VA Design and/or Construction Guidelines into the design of this project. AE shall also incorporate into the design construction bid alternates identified during the design process. Also identify in the design any phasing required to facilitate construction. Additionally, the A/E firm shall have the plans and specifications reviewed and certified by a registered Fire Protection Engineer as being in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The final cost estimate shall utilize pricing and format established by RS Means CostWorks "Facility Construction Data", most current edition. Also provide a detailed submittal register for the final design. The solicitation is to be issued as a 100% Service Disabled Veteran Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541310. This Small Business Size Standard is $7.0 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for the project is between $2,000,000 and $5,000,000. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Important Notice: Prior to submitting a SF 330 for consideration under this SDVOSB set- aside, offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status. All offerors SHALL be visible and verified in the VetBiz database located at www.vip.vetbiz.gov. at time of submission of the SF 330. To be considered for an award, the A/E must be registered in SAM (System for Award Management) database (information on registration requirements can be obtained at https://www.sam.gov. A/E must also submit their complete Annual Representations and Certifications at proposal due date/time obtained from SAM as well. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to travis.sippel@va.gov no later than 2:00 P.M. local time on December 16, 2013. The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed Team, 4) Location and Facilities of Working Officers, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 19) Awards, and 11) Insurance and Litigation. Firms will be evaluated by the A/E Evaluation Board for selection of the top three most highly rated firms. The three most qualified firms will be invited to interview with the selection board, and will be numerically scored and ranked. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25614R0039/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-R-0039 VA256-14-R-0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1107010&FileName=VA256-14-R-0039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1107010&FileName=VA256-14-R-0039-000.docx

 
File Name: VA256-14-R-0039 SF 330.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1107011&FileName=VA256-14-R-0039-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1107011&FileName=VA256-14-R-0039-001.pdf

 
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: Overton Brooks VA Medical Center;510 E. Stoner Ave;Shreveport, LA
Zip Code: 71101
 
Record
SN03242289-W 20131129/131127234133-3cb7b290176968abbd4403d12e9f9991 (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.