Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2014 FBO #4502
DOCUMENT

R -- Provide Furniture Installation Design Canandaigua VAMC - Attachment

Notice Date
3/21/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System NCO-2;2875 Union Rd. STE#3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
VA52814R0145
 
Response Due
4/15/2014
 
Archive Date
7/14/2014
 
Point of Contact
Emily Lindsey
 
E-Mail Address
Emily I. Lindsey, Contract Specialist
(Emily.Lindsey2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for informational purposes only. The Canandaigua VA Medical Center intends to award a contract for Architect/Engineer (A/E) Design Services, NAICS 541310, to provide fabrication and installation drawings to support the existing Patient Room Case-Goods/Furniture "CLC Remodeling Project". The Medical Center will use the short selection process defined in FAR 36.602-5 (a). As such, the VA intends to evaluate the technical qualifications of all Service-Disabled Veteran Owned Business (SDVOSB) A/E firms that are currently on file. The VA will identify the three most highly qualified SDVOSB A/E firms who have responded to competitive solicitations over the past 12 months. The geographic range being considered for this selection is 300 miles from 400 Fort Hill Ave., Canandaigua, NY 14424, and only firms on file within that range will be considered. Existing information on file indicates that the socio-economic set-aside within this geographic radius is service-disabled veteran-owned small businesses. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria as required by Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836-602-1. *SDVOSB A/E's with a SF-330 on file within the past twelve months are being considered and do not need to re-submit a SF330. Interested firms MUST confirm with the Contracting Officer that their SF330 is on file. * SDVOSBs who have verified they have a SF330 file are welcome to submit supplement information to their existing SF330 for this specific project. *Other SDVOSB firms having a working office within a 300 mile (driving) radius from 400 Fort Hill Ave, Canandaigua, NY 14424 may submit SF330's for consideration to the Contract Specialist. *SF330 must be sent electronically (PDF or Word) to Emily Lindsey: Emily.Lindsey2@va.gov. *SF330s must be received by 4:30PM EDT, April 15, 2014. This is a general scope for Architectural/Engineering Services (NAICS 541310) for the "Canandaigua - Provide Furniture Installation Design", located at the Canandaigua Veterans Affairs Medical Center. SCOPE & EXISTING CONDITIONS The general scope of this project is to create fabrication and installation drawings to support the existing Patient Room Case-goods Furniture "CLC Remodeling Project" at the Canandaigua VAMC, and to provide construction/installation period services for the said furniture project. Under the existing furniture contract, new furniture, including wall mounted furniture, shall be fabricated and installed for single and double occupancy patient rooms for 116 patient beds, in four designated CLC wards located in three buildings (Buildings 3A, 7A/7B, and 8A) This project shall create fabrication drawings for each patient room to receive new furniture, which drawings shall include all dimensions and other information required to allow the furniture fabricator to custom fabricate all furniture allowing for differing existing site conditions within patient rooms. This project shall also create installation drawings for each room to include all work required within the room prior to installation to allow successful installation of the furniture. This shall include all necessary updates, adjustments, relocations, or modifications to existing devices and systems including, but not limited to, electrical outlets, light switches, light fixtures, man-lift docking, current TV/armature locations, nurse call system equipment, lighting, plumbing, fire alarm, fire suppression, or other items that may interfere with the furniture installation, as well as any patching, painting, or other wall surface work required to support successful installation of the new furniture. The consultant shall be expected to assist in developing the scope and providing expert guidance regarding the scope with relation to satisfying the requirements of the fabrication and installation of the furniture in accordance with the existing contract (attached). The consultant shall review each existing room for existing site conditions, and identify all specific room dimensions and site conditions that may impact the furniture fabrication and/or installation. The consultant shall create fabrication drawings for each condition to allow the fabricator to create customized furniture in accordance with the existing furniture contract, and shall provide answers to fabrication questions during the fabrication process. The consultant shall provide to the VA, installation drawings for each existing room and shall provide answers to questions during construction of all room preparations required. All designs will follow, but not limited to, VA design guidelines, specifications for VA construction, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. There will be NO construction conducted via contract as a result of this design. Note that the VA has already purchased most of the furniture to go into these rooms and no procurement of a third-party construction or installation contract will result from this design. Therefore, there are no funding limitations to design within. A/E SCOPE OF SERVICES 1.Investigative services shall include, but are not be limited to, the following: a. Review VA program requirements and project scope to determine the equipment and construction criteria and provide preliminary plans, drawings, and estimates. b. Prepare measured drawings for area of work. c. Design follows all current OSHA and NFPA requirements as they apply to these unique environments. d. Perform mechanical, plumbing, electrical, alarm, data, structural, civil, architectural and asbestos abatement investigation of the existing facility as necessary including full on site investigations to verify existing as-built conditions as they pertain to this project and all of the above disciplines. 2. Design services shall include, but are not be limited to, providing complete working drawings, specifications, and detailed cost estimates at every % Review threshold. Numerous and extensive meetings with various VA employees will be required, in order to fully understand the functional needs, carefully review the space selected for this project, then prepare construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos sampling, testing and abatement, if found to be required at any time during the project shall be included. Design services shall also include infection control design in order to be in compliance with the Joint Commission Environment of Care Standards. 3. Provide contract specifications utilizing the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Syracuse VAMC electronically by either email or on a CD rom. All edited specifications are to be edited to the specified project and have all impertinent specs and information removed. 4. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. 5. Assess the intent and scope of this project and work with the Medical Center staff to develop final working drawings and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments. 6. Provide electronic files for cost estimate, Construction Drawings, Estimates and Specifications and at least 2 full-size sets and 2 half-size sets of paper drawings and 2 hard copies of Specifications as requested by the Contracting Officer. All drawings must be stamped and signed by an Engineer licensed in the State of New York. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD 2012 formats. 7. Upon completion of the 98% documents and prior to the red line and final adjustments, the A/E shall take the drawings and go completely through the design in the purposed spaces and make sure the contract drawings and specifications are 1. Feasible for construction and 2. Complete. 8. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 90 days from award of contract. 9. Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage. 10. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. 11. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner, (two week turnaround on all submittals) max. 12. Provide expeditious responses to all design/conflict questions encountered during the construction term. 13. Upon completion of the project, the A/E will do a complete walkthrough and review (punch list) of the completed project work, for contractual obligation verification. 14. Upon completion of the project, provide a set of stamped "Architectural E1" (30"x42") as-built drawings, as well as complete electronic sets in PDF and AutoCAD 2012 formats (including reference files/drawings). The following evaluation criteria and required criteria weighting will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Canandaigua for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: 1.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..(0 to 40) 2.Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.(0 to 40) 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.(0 to 20) 4.Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating) Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦(-20 to 20) 5.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦(0 to 20) 6.Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦(0 to 20) 7. Sustainable design and proposed design approach for this project. Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.(0 to 20) 8. Awards and recommendations for designing excellence. Assignable point range ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.(0 to 20)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814R0145/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-14-R-0145 VA528-14-R-0145_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1267059&FileName=VA528-14-R-0145-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1267059&FileName=VA528-14-R-0145-001.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: Canandaigua Veterans Affairs Medical Center;400 Fort Hill Ave;Canandaigua, NY
Zip Code: 14424
 
Record
SN03317072-W 20140323/140321234924-08cdb9a5845be65b28f40490628f0119 (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.