Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2013 FBO #4414
DOCUMENT

C -- Urgent Care & Support Expansion - Attachment

Notice Date
12/23/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;2360 E. Pershing BLVD (90C);Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0144
 
Archive Date
3/23/2014
 
Point of Contact
Brooke Barker
 
E-Mail Address
.barker@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 660-332 - Urgent Care and Support Expansion at the Salt Lake VA Medical Center (VAMC), Salt Lake City, Utah. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The project design will provide 18,000 SF in new construction and 13,000 SF demolition to relocate the Salt Lake City VA's Emergency Department / Urgent Care Clinic (ED/UCC) with accompanying support functions (e.g., Police, Enrollment, Mental Health, Decontamination, etc.). Hospital Administration, Library, and other miscellaneous smaller functions are currently occupying the area that will be retrofitted by this project and will need relocated; as such, this project will renovate the spaces in the other areas of the Medical Center Building complex that these spaces are being relocated to consisting of 10,200 SF of renovation. The project design will include site utilities, entrance, and roadways work to accommodate project. The project design will address replacement and expansion of utility systems necessary to make the remodeled space energy efficient by current VA standards. The project design will analyze vehicular/pedestrian approach(es) serving the ED/UCC and provide appropriate resolution. The project design will analyze associated parking serving the ED/UCC and provide appropriate resolution. The project design will address security standards as appropriate and the need for a connection to Building 14 to accommodate staff and patient flow between new and existing space supporting ED/UCC activity. A/E selection requirements for design of this construction project will include knowledge and capability in addressing federal mandates including sustainability and energy conservation goals. Selection criteria will consider experience with the principles of energy conservation and sustainability. A/E is required to have professional credentials in Leadership in Energy and Environmental Design (LEED) AP with specialty credentials representing a demonstration of an advanced level of green building knowledge and LEED practices, and have produced a minimum LEED silver certification for projects with similar size and scope of this project. The A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A/E and Contractors to allow for regular tracking of schedules and work by the VAMC. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. All work must be designed within a construction cost range of $500,000 to $1,000,000. The A/E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial 35% estimate and preliminary design submission, a 65% design submission, and a 95% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The A/E will provide documents at each submission as indicated in the statement of work. The NAICS code for this project is 541330 with a small business magnitude of $14.0 million. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit one (1) copy of their current SF 330 no later than 12:00 PM Mountain Standard Time (MST) January 22, 2014 to Brooke.Barker@va.gov. The SF330 shall not exceed 45 pages in length and the entire emailed file shall not exceed 5MB in total. Offerors will be evaluated on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services. (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 the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (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. Important Notice: Apparent successful 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, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0144/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0144 VA259-14-R-0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1139848&FileName=VA259-14-R-0144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1139848&FileName=VA259-14-R-0144-000.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: 500 Foothill Dr;Salt Lake City, UT
Zip Code: 84148
 
Record
SN03256994-W 20131225/131223234435-11f3a3cd9a398b391b55c4bcf5fc3dd4 (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.