DOCUMENT
C -- FIRE ALARM PHASE II 630-13-125 - Attachment
- Notice Date
- 2/12/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Acquisition & Logistics(10N3NAL);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314I0468
- Response Due
- 3/12/2014
- Archive Date
- 6/19/2014
- Point of Contact
- FLORA TAYLOR
- E-Mail Address
-
taylor@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Project Title: Replace Fire Alarm Phase II Project #: 630-13-125 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project No 630-13-125 replace Fire Alarm Phase II located at the New York Harbor Healthcare System, New York City campus. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $1,000,000.00 and $2,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before April 4, 2014. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE- Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent 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". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). 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). Scope of Work: Provide A/E professional services and site visits to support the VA and the contractor in installing a fully operational fire alarm system at the VA Medical Center at 423 East 23rd Street, New York, NY for the following items, but not limited to: The scope includes, but is not limited to: 1.Provide design drawings to bring the fire alarm system at the VA Medical Center up to the latest NFPA code compliance supplemented with the VA Fire Protection Design Manual, a solution to prevent damage in future flood weather conditions such as relocating panels. 2.Review previous design drawings along with performing site survey to address code deficiencies and provide new drawings for contractor bid 3.Provide a report and design to correct the following items: a.Fire alarm devices for elevator recall, list all elevators, b.Main building and Outpatient Clinic Building (OPC) fire alarm door holders and corresponding smoke detections, public bathrooms and missed mechanical rooms on upper floors(notification devices) 4.Provide forty (40) site visits including inspection and reports for each site visit, and construction period services. All site visit fees are billed per use. Provide as-built drawings upon completion of construction. Work as a team with the VA and installing contractor to complete the installation of a fully working fire alarm system. Services: The FPE shall remain on the A/E's project staff throughout project design and construction. The FPE must be directly involved in the design of fire protection systems or in responsible charge of: the design of fire protection features; review of fire protection equipment submittals and shop drawings; and participation of preliminary inspection and final testing of fire protection systems. The FPE shall provide to the A/E: 1.Consultation and review of fire protection and life safety requirements as addressed in the VA Fire Protection Design Manual. 2.Preparation of fire protection and life safety design (narrative) analysis report as required by VA Handbook PG-18-15 which addresses project compliance with all applicable requirements. 3. Preparation of fire protection drawings when required by VA Handbook PG-18-15. 4.Design of fire alarm 5. Review of architectural, electrical, HVAC, plumbing drawings and related documentation during schematics, design development, and construction documents to ensure all fire protection requirements are coordination between disciplines. 6. Attending meetings with the A/E, VA facility and VA Headquarters to discuss the project during schematic, design development and construction document preparation phases. 7. Performance of field tests and site visits 8. Review of fire protection system shop drawings, technical data submitted by contractors and automatic sprinkler system hydraulic calculations for compliance with contract documents. 9. Interim inspections of job site to verify adequacy of fire protection system installation. 10. Witnessing final acceptance tests for newly installed fire protection systems. 11. The A/E shall deliver the complete package within 165 days of the NTP. Estimated Construction Time: 270 Calendar Days COST RANGE Estimated Construction Cost Range: $1,000,000.00 to $2,000,000.00 Review the Fire protection system As-Built drawings prepared by the contractor. Review and approve fire protection maintenance manuals. 5QUALIFICATIONS: The FPE shall have each of the following qualifications: 1.A licensed professional engineer who: AHas a degree in fire protection engineering or B Has passed the principles and practices examination in fire protection engineering or CMaintains a current license in fire protection engineering. 2Two years of experience in application and interpretation of National Fire Protection Association (NFPA) Codes and Standards and the model building codes. 3Two years of experience in the design/review of automatic sprinkler and fire alarm systems, including: AAutomatic sprinkler and fire alarm system shop drawings. B.Automatic sprinkler system hydraulic calculations. C.Application and interpretation of NFPA 1, 10, 13, 14, 20, 24, 30, 45, 72, 75, 82, 90A, 99, 101, 220 and 241. 4Two years experience in the design of health care facilities. 5Two years experience in acceptance tests of fire protection systems. All contractor employees and subcontractor employees shall complete the following: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Privacy and Cyber Security Awareness and Rules of Behavior training and annually complete required security training; ARCHITECTURAL / ENGINEERING SERVICES All work to be done in accordance with VA specifications. A/E shall provide detailed specifications and drawings for demolition plans, installation plans (electrical, mechanical, etc.), equipment recommendation, phasing, etc. in accordance with VA specifications. The VA shall provide the A/E a copy of the latest as-built drawing indicating all areas and boundaries. METHODS AND PROCEDURES 1.The A/E shall make an on-site inspection of all areas within the scope of the project to familiarize themselves with existing conditions. The A/E shall verify all dimensions including verification of drawings and information furnished the A/E by the VA. 2.Upon appointment by the Director, Facility Management Service Center, the A/E will be assisted by VA Facility Management staff in confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings or information provided. The A/E must field verify all conditions. 3.The A/E shall meet with all necessary staff and medical center management in order to determine the Medical Centers requirements. The A/E shall use this information and provide several planning options to address all requirements. REVIEW REQUIREMENTS The following are minimum requirements for review purposes only. This does not relieve the Engineering Firm of responsibility to produce a complete set of construction documents and estimates in accordance with industry standard practice and VA criteria. 1.The A/E Firm shall prepare and coordinate all engineering and site drawings, calculations, specifications and cost estimates. The degree of completion and stages of submission shall be as specified. 2.For each submission, the Engineering Firm shall incorporate the corrections, adjustments, and changes made by the VA at the previous review. The A/E Firm shall date all reports, and submission material. 3.Provide computations and sizing calculations for mechanical, plumbing, and electrical designs. For computerized submissions provide complete and clear documentation with computer programs, interpretations, and detailed description of program procedures. 4.If subsurface investigation is necessary, submit a criteria for the subsurface investigation as well as the qualifications of consultants being considered for the investigation. Start subsurface investigation upon approval of the proposal by the Contracting Officer in writing. 5.The A/E Firm shall submit a construction cost estimate with the drawings at each project submission. This estimate shall show the cost of construction which would be expected to be reflected by the construction contractors' bids, if the bids were submitted on the same day as the estimate. The level of detail for this estimate shall be consistent with the percentage of completeness of the drawings being submitted. For detailed elements, "lump sum" or "allowance" figures will not be accepted. PRELIMINARIES 25% DESIGN REVIEW 1.Preliminary drawings for construction projects are a means of identifying alternative approaches to correcting physical and functional deficiencies. The development of these drawings is an interactive process between VA staff and the Engineering Firm in order to produce a narrative and graphical description of possible program alternatives. As appropriate, the VA will make available prior to contract negotiations a tentative priority list of functional areas which may be included in the project, and a statement task. 2.Prior to beginning any design work, a preliminary meeting will be conducted between the A/E Firm and VA staff. At this stage, the scope of work will be finalized and agreed to by all VA services involved in this project. At this point the A/E Firm will have surveyed the existing facility to verify all existing conditions and become familiar with all deficiencies that need to be corrected. The A/E will write minutes of the meeting to the Contracting Officer for distribution and approval by the appropriate staff. 3.The Engineering Firm in collaboration with VA staff, will illustrate in sketch form various possible program alternatives and refine them based on continuing interaction with the VA project team. The A/E Firm will then complete and present alternative solutions which are functionally and architecturally viable for consideration. The VA will select the final concept and subsequently identify the approved scope to be developed in the second preliminary (100%) review stage. 4.The VA considers originality and imaginative design an essential part of the A/E Firm's responsibility. The total environmental approach is a necessity to all planning. Site, structures, vehicular and pedestrian circulation, open and screened areas and their relationships to each other should be combined to produce a plan that is functional and aesthetically pleasing. 5.Complete conceptual alternatives must be displayed on the preliminary drawings. The work may include the division of an alternative into distinct parts, each of which has an identified priority. The preliminary drawings must, therefore, be developed so that irrespective of which parts (in priority order) are selected for further development in the Working Drawing phase, the solution shall provide a well designed facility with respect to functional operation, construction phasing, minimized disruption of existing hospital operation, and compatibility with structure and utilities between (1) existing facilities; (2) those for imminent construction; and, (3) those with low priority for future construction. 6.A narrative to accompany the drawings shall identify construction phasing which will be necessary to permit continuous operation of critical hospital operations. In addition, areas of new construction and renovation shall be shown. A detailed listing of submission requirements for phasing is included in a later paragraph. 7.Subsequent to each VA review of the Engineering Firm's work, The A/E Firm shall incorporate VA recommendations into the Preliminary Drawings. 8.Review meetings will be conducted at the end of each design phase. Submit five (5) copies of all narratives, drawings, calculations and cost estimates to be reviewed by VA staff. The cost estimates will reflect the level of completeness at each review stage. In addition, the A/E Firm shall take minutes of the review meeting and submit two copies to the Contracting Officer for distribution to VA staff. 9.The first review shall include the following: 1.Drawings shall be completed to the review percentage. 2.Demolition work required for each area. 3.Provide a design analysis for the Manhattan VAMC Preliminary Phasing Review. a. Preliminary Impact Analysis b. Preliminary Recommendations/Solutions. c. Review of applicable Codes. d. 1/4 or 1/2-inch scale drawings (typical). 4.Provide a list of all applicable VA Master Specification sections to be used for this project. 5.Provide a preliminary cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. 6.Provide five (5) copies of design analysis, drawings and preliminary cost estimates. 7.The A/E shall attend a design review meeting at Manhattan VA in New York, NY. PREPERATION OF CONTRACT DRAWINGS & SPECIFICATIONS 95% DESIGN REVIEW 1.The A/E shall incorporate all comments from previous VA reviews. 2.Drawings shall be complete and checked for errors, ready for use as final contract documents including special requirements (i.e. mechanical, electrical, structural, etc.). 3.Construction phasing schedule 4.Construction specifications shall be prepared in final draft; incorporating bid alternates as required. 5.Updated construction cost estimate. Cost estimate shall reflect labor and material for each category of work based on quantitative take-off, including overhead and profit. The cost for each bid alternate shall be identified in the cost estimate, if applicable. 6.A/E shall incorporate any comments from VA Legal and Technical Review and any bidder questions into Final Documents in direct preparation of amendments to the solicitations as required. 7.Provide five (5) copies of all review material. FINAL PROJECT REVIEW 100% COMPLETED DRAWINGS & SPSCIFICATIONS 1.The 100% phase involves the production of complete drawings, specifications, and other documents necessary for the bidding and construction of the project. Also included at this phase are the final detailed cost estimate, the final phasing plan and the construction schedule. 2.It is the A/E Firm's responsibility to provide a quality set of documents. Related documents shall be complete, fully coordinated and ready for reproduction for contract. 3.Prior to reproduction for issue for construction bids, the A/E Firm shall make any changes to the documents identified as necessary. 4.The A/E Firm shall deliver the original contract drawings to the COTR. After the previous review comments are incorporated and the contract drawings have been approved. The contract drawings shall bear the seal of the Registered Architect and Professional Engineer responsible for the design. 5.Submit a complete set of applicable VA Master Specifications edited to reflect the scope of work of the project. Also, submit copies of any architectural specifications prepared by the A/E Firm from any source other than VA Master Specifications. Ensure the specifications have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. ARCHITECTURAL 1.Submit a 100% complete and coordinated set of construction drawings and specifications. 2.Submit fully dimensioned floor plans showing all revisions required by comments from the previous review meetings. 3.Submit interior details. 4.Submit drafting symbols, and abbreviations, general notes and schedules that are complete and coordinated with all contract documents. 5.Submit a complete and coordinated finish schedule. 6.Submit demolition plans, existing finish schedule and notes, on demolition plans. 7.Submit completed building sections, wall sections and exterior elevations that show finish floor elevations, and indicate all building systems and materials. 8.Submit completed reflected ceiling plans for entire buildings, indicating all ceiling mounted equipment, lighting fixtures, air diffusers, registers, etc. 9.Submit equipment plans and details with all revisions from comments on previous submittal. INTERIOR DESIGN 1.Provided 100% completed finish schedule and specifications for all rooms and areas. 2.The schedule and specifications shall be fully coordinated with the drawings. ARCHITECTURAL SPECIFICATIONS 1.Assure the original specification drafts have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. 2.Submit one full set of drawings of all disciplines, fully coordinate. 3.Submit a brief description of work for inclusion in the Pre-Solicitation Notice. 4.Final Bid Document Submittal: 5.Revise draft specifications to incorporate: 6.All changes, resolution of conflicts and modifications noted in previous reviews. 7.Results of any drawing changes not shown on the drawings that affect the specifications. 8.Type the specifications in final format and content including any desk copy changes made by the VA staff at the previous reviews. Submit a complete set of the typed architectural specifications including one full set of final drawings of all disciplines, fully coordinate. EQUIPMENT SPECIFICATIONS 1.Submit typed master specifications in final format and content. 2.Include a set of equipment drawings fully coordinate. STRUCTURAL 1.Include all completed structural drawings. All drawings shall be checked and coordinated with other disciplines prior to submission for review. SANITARY 1.Submit 100% complete drawings to include the following: 2.Previously submitted drawings that have incorporated comments of the last review. 3.Legend, notes, and details. PLUMBING 1.Submit 100% complete drawings to include the following: 2.Previously submitted drawings that have incorporated comments of the last review. 3.All piping sized. 4.Plumbing riser diagram plans. 5.Demolition plumbing floor plans. 6.Legend, notes and details. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1.Provide complete and final engineering calculations of all systems. In addition to the updated room by room heating and cooling calculations, the following additional calculations shall be performed and submitted: 2.Final selection of all pumps with head calculations based on the actual piping layout and takeoffs, and pressure drop through the equipment selected for the systems. 3.Final selection of all fans with the fan static pressure calculations based on the actual duct layouts and takeoffs, and static pressure drop through the equipment for all systems. 4.Sizing and selection of all expansion tanks based on the actual piping layout and volume computation. 5.Sizing and selection of all steam to hot water converters and heat exchangers based on the flow requirement of each terminal unit, that is, duct mounted reheat coil, box (air terminal unit) mounted reheat coil, unit heaters, convectors, finned tube radiation, radiant ceiling panels, etc. 6.Sound analysis of various systems and steps taken to ensure compliance with the specified noise levels. 7.Provide complete selection data, including catalog cuts and calculations, for all HVAC equipment and drawings showing all equipment schedules. 8.Complete the coordination requirements with electrical, plumbing, and steam generation by providing revised information (if any) developed since the last submission. In addition, complete coordination with the architectural drawings (Examples: Louvers, ceiling access panels reflected ceiling plans, etc.) and structural drawings (Examples: Operating weights of ceiling and floor mounted equipment, concrete and steel supports, roof and floor openings, etc.). 9.Submit 1/8 inch scale HVAC floor plans for all areas showing all ductwork and piping on separate floor plans. Show all duct/pipe sizes and quantities, that is, air quantities for each room and each air inlet/outlet, expressed in cubic feet per minute (CFM) and fluid quantity, where required, in gallons per minute (GPM). Show all volume dampers, fire dampers, smoke dampers, automatic control dampers, risers and drops in ductwork, air inlet/outlets, etc., on the air distribution floor plans. Show all piping specialties, such as expansion loops, anchors, valves, drip assemblies, balancing fittings, etc. on the piping floor plans. All architectural room names and numbers must be shown on the floor plans along with designated smoke and smoke/fire barriers. 10.Submit 1/4 inch scale HVAC floor plans for all mechanical equipment rooms with at least two cross-sections taken at right angles to each other. Show all equipment located on roof and/or grade. 11.Provide updated design and drawings of the outside chilled water distribution work showing pipe sizes and insulation with plans, profile, sections, details and all accessories such as anchors, expansion loops/joints, valves, manholes, capped and flanged connections, interface between the new and existing work (if any). The outside piping layout drawings shall clearly indicate interferences (if any) with the existing utilities and/or landscape elements. The scope of work shall show rerouting any utilities, cuttings of roads, pavements, trees, etc., and the extent of new and demolition work, thus, involved. The outside utility drawings shall be based on the study of the latest site drawings, discussions with engineering personnel and actual site inspection of the existing utility. To determine the actual location of the existing utility, should it become necessary to perform limited excavation, the Engineering Firm shall make necessary arrangements to do so in consultation with the site engineering personnel and project manager. 12.Update all automatic temperature control drawings showing revisions (if any) since the last submission. All duct detectors, control valves/dampers static pressure sensors, differential pressure control assemblies, etc., whose actual physical location is critical for the intended sequence of the operation shall be clearly shown on the floor plans and identified as such. For projects involving a central Engineering Control Center (ECC), provide a point schedule with intended analog/digital input/outputs, graphics capabilities and requirements of the other trades to be included in the ECC. Provide a riser diagram showing locations of all field data gathering panels and their interface with the ECC. The actual location of the ECC and peripherals should be shown on the floor plans. 13.Submit VA standard detail drawings. The details shall be edited to suit the project. Include any special details deemed useful and necessary for the project. 14.Provide complete HVAC demolition drawing showing clearly the extent of demolition work. Indicate major sizes of ductwork and piping to be dismantled. Show capacities and sizes of the existing equipment to be removed. Show clearly, points of connection and disconnection, blankoffs, dead end flanges with isolating valves. Coordinate demolition and restoration work with other disciplines. The revised capacities of the systems affected by the demolition work shall be clearly stated together with additional efforts, if any, involved in testing, balancing and adjusting them. 15.Provide edited sections of the VA Master Specifications. Include all information which is applicable to the project. ELECTRICAL 1.Submit 100% complete drawings including legend symbol list, details and schedules. 2.On the electrical one-line diagrams and risers show the final sizes, ratings, feeders and identification of the electrical equipment. 3.Plans shall include any major equipment to be removed and/or relocated. Any equipment, devices or fixtures to remain and be reused shall be shown where necessary for rewiring. 4.Submit the complete final lighting, load and sizing calculations. (ie, transformers, conductors, panel boards, etc.). 5.Indicate the short-circuit current values available at each level of distribution on the one-line and riser diagrams. 6.Submit a full set of floor plans. Show locations of primary distribution switchgear, engine generator sets, unit substations, feeder routing plan and other major pieces of equipment. 7.All floor plans shall have room titles and area functions shown on the drawings. Location of all equipment, lighting fixtures, outlets for power, fire alarm devices, and signal outlets and devices shall be shown. Layouts of specialty areas (radiology, office/exam, bed areas, OR's, ICU's, etc) are to be laid out. 8.All electrical drawings shall show smoke partitions and fire alarm zones. Submit fire alarm and signal (nurse call, telephone, MATV, CCTV, radio, PA, etc.) riser diagrams. 9.Phasing and shutdown requirements. BARRIER FREE DESIGN 1.Complete all drawings and specifications. Ensure that every effort to make this facility accessible to handicapped employees and patients has been taken in this design. FIRE PROTECTION 1.Complete all drawings and specifications. Ensure compliance with NFPA. Provide hydraulic calculations used to derive the pipe and equipment dimensions and ratings. PHASING REQUIREMENTS 1.Phasing requirements shall describe the general sequence of the project work, estimated project duration (including allowances for delivery items), and what government constraints will exist that will influence the Contractor's approach to the construction project. In addition, special attention shall be given to asbestos abatement requirements to ensure that the project phasing plan and associated cost are reasonable. Adequate time shall be allocated for the evaluation for asbestos abatement areas in addition to the time to perform the asbestos abatement work that must precede the general construction. The Engineering Firm shall submit the following phasing information: 2.Phasing Narrative in written form which outlines phasing requirements and sequence with all areas of the project identified as a part of some phase. Each phase description shall include constraints particular to that phase, what other phases that must precede it, and any VA moves which must precede the start of the phase or phases. If equipment and other removable items require storage and relocation by the government, because of asbestos abatement, these requirements shall be listed in the phasing narrative. Special phasing constraints which may be common to the project should be listed at the end of the narrative and not within each individual phase description. 3.Individual phases shall be outlined and labeled on all drawings including site, architectural, structural, plumbing and electrical drawings. Phases shall be outlined on the submitted full sized drawings. 4.All systems shall be designed so that, upon completion of a particular phase, the entire area covered by that phase can be occupied by the Medical Center personnel with all systems functioning properly. The A/E shall incorporate all comments from the previous review into the final working drawings and specifications. 1. Final construction cost estimate shall be provided. 2. Final construction specifications. 3. Final construction contract drawings. 4. Final construction project schedule. 5. Provide five (5) copies of all review material. NOTE:All final construction specifications must be provided on Microsoft Word software, in addition to providing five (5) hardcopies. All drawings shall be stamped and signed. All final construction drawings must be provided on AutoCAD 2007, (see attached description) in addition to providing one (1) set ofMylar and five (5) blue line copies. DESIGN REVIEW AND COMPLETION SCHEDULE The A/E shall perform the work required within the limits of the following schedule. A/E shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design reviews on the following dates: Submit 25% Preliminary/Schematic Documents for VA review ¦ ¦14 days from award date Review 25% Preliminary/Schematic Documents with VA Personnel..19 days from award date Submit 95% Design Development Documents for VA review ¦33 days from award date Review 95% Design Development Documents with VA Personnel ¦.38 days from award date Submit 100% Design Development Documents for VA review ¦ 45days from award Review 100% Design Development Documents with VA Personnel ¦.50 days from award Submit Documents for Bid ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦55 daysfrom award Total days - 165 calendar days Construction Period Services Review materials, submittals, shop drawings, schedules, etc. 1.Provide recommendation to Resident Engineer as to each submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. 2.Provide list of submittals and status report of submittals processed. 3.Review and advise the VA of contractors request for information. 4.Review change orders and provide A/E cost estimate to support VA's negotiations with contractor. 5.Furnish as-built drawings at completion of construction. 6.Advise the VA of the timeliness of the contract with his approved schedule. 7.Site visits: 1. Pre-bid Conference. 2. Preconstruction Conference. 3. Field visits during construction (All field visits are to be followed by a job meeting and report submission). 4. Final Inspections to include construction punch list/report. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (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; and (6) Acceptability under other appropriate evaluation criteria. LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "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 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (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) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the 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; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on March 12, 2014. All submittals must be sent to the attention of Flora Taylor (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (flora.taylor@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I0468/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-I-0468 VA243-14-I-0468_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1205326&FileName=VA243-14-I-0468-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1205326&FileName=VA243-14-I-0468-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-I-0468 VA243-14-I-0468_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1205326&FileName=VA243-14-I-0468-000.docx)
- Record
- SN03287144-W 20140214/140212234217-6a60ee20ff7d5457a9377ad717f4b44b (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 |