Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
DOCUMENT

C -- Parking Structure, Phase 1 Project 693-222 - Attachment

Notice Date
4/4/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Wilkes Barre VAMC;Acquisitions (049E);1111 E End Blvd;Wilkes Barre PA 18711-0030
 
ZIP Code
18711-0030
 
Solicitation Number
VA24414R0615
 
Response Due
5/5/2014
 
Archive Date
8/3/2014
 
Point of Contact
Everett E Shaver
 
E-Mail Address
824-3521
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law 92- 582) and implemented in Federal Acquisition Regulation (FAR) 36. SF330 will be accepted from A&E firms permitted by law to practice the professions of architecture or engineering. All accepted submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more A&E firms deemed most highly rated after initial source selection will be chosen for interviews. 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. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction (not design) of this project is between $5m and $10m. a.Contract Award Procedure: Before an A&E small business firm is proposed as a potential contractor, they must be certified by VETbiz and registered in the System For Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB A&E Firm to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration for award. b.Nature of Work: Provide Architectural / Engineering services to investigate the feasibility of constructing a parking structure to accommodate a minimum of 453 vehicles on the existing Wilkes Barre VA campus. Should the investigation yield positive results, schematic and design development will follow. The design must comply with all VA criteria as well as applicable codes and standards. All parking levels shall be fully covered, including the uppermost level, to protect from inclement weather and prevent accumulation of precipitation. In addition, a barrier shall be provided around each level for fall and suicide prevention purposes. Furthermore, the entire structure shall be fully outfitted with security cameras tied into the existing security master system, be fully lit, have fire and smoke detection tied in existing facility-wide system, have fire suppression system, have blue light phones tied into the existing security master system, and must have the ability to lockdown should an emergency situation arise. The government reserves the right to not issue a Phase 2 requirement. 2. PROJECT INFORMATION: The A/E contract shall be for a fully developed site analysis with schematic design, working drawings and construction period services. The site analysis is the first step of the design process, wherein the A/E will analyze Wilkes-Barre VAMC Campus to determine numerous alternative solutions to close the current parking gap. Solutions may include but are not limited to the construction of (1) a single multi-story parking structures, (2) multiple single-story parking structure, or (3) any combination thereof. The following information shall be outlined for each solution, at minimum: "Location, including distance to main building - Include drawings as necessary "Environmental impact Anticipated issues and proposed solutions "Extent of site preparation required, including but not limited to demolition of existing structures, civil, structural and utility work "Recommended construction phasing to limit the disturbance of existing facility activities and construction projects "Net increase in parking spaces "Estimated total cost of demolition, construction and renovation The site analysis shall also include a study of both the existing and proposed traffic patterns entering, exiting and throughout the main campus. This study shall consider the introduction of a new entrance roadway to be constructed under this project. Schematic design is the second step of the design process, wherein the scope of the project becomes clearly defined and the basic requirements of the project are established through the application of VA criteria, applicable codes and standards. This step will commence if and only if the site analysis is approved by the facility and a Notice to Proceed (NTP) is issued to continue with design development. The schematic design will include a detailed cost estimate and schematic drawings that are sufficiently complete to clearly define the scope as described in this document and the basic requirements of the project. Also required for schematic design is a list of all specifications needed for this project taken from the VA master Construction Specification list. Considerations during the schematic design include, but are not limited to, the following: "Public advertisement and review requirements of the city, county and state governments "Force Protection and Mission Critical Security Standards "Fall and Suicide Prevention "Possibility of renewable energy / solar array or green roof application "Use of swipe cards for employee access "Recharging stations for electric cars "Use of vacancy indicators for each parking lot/garage "Possibility for covered walkways / pedestrian bridges from parking areas to main building. "Area for government vehicles and storage on ground level with enclosed, temperature regulated office space. "Area for influenza drive through clinic with appropriate power and IT connections, HVAC, etc. Design Development is the third step of the design process, wherein the design of all building systems progresses until a final design is accepted and Contract Documents are submitted to the VA. This step will commence if and only if the schematic design is approved by the facility and an NTP is issued to continue with design development. Additional information regarding other specifics of the scope of work, other services included in this contract, submission requirements and schedule is provided in the paragraphs to follow. 1. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. (1)Team proposed for this project; a.Background of the personnel i.Project Manager ii.Other Key Personnel iii.Consultants (2)Proposed Management Plan; a.Team organization i.Design Phase ii.Construction Phase (3)Previous Experience of Proposed Team; a.Project experience (4)Response Time; a.Prime Firm b.Consultants (5)Specialized Experience and Technical Competence a.Architectural, structural, civil, environmental, electrical, plumbing and mechanical design b.Design of Parking Structures c.Interior design (6)Project Control; a.Techniques planned to control the schedule and costs b.Personnel responsible for schedule and cost control (7)Estimating Effectiveness; a.Five most recently bid projects (8)Miscellaneous Experience and Capabilities: a.Experience with VA patient-centered care or Planetree philosophy b.Experience using evidence based design for interior features to promote healing environments c.Experience in ADA d.Experience in NFPA 101 Life Safety code e.LEED certification f.Energy conservation g.Interior design h.Industrial Hygienist 4. SUBMITTAL REQUIREMENT: This project is set aside under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), and all original A/E Firm SF330 packages shall be submitted to: Wilkes-Barre VA Medical Center, Contracting (049E - Everett Shaver) 1111 East End Blvd Wilkes Barre, PA 18711 All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number. (a)Interested firms having the capabilities to perform this work must submit one hardcopy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding A/E firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although A/E firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, an A/E firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the A/E firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b)The A-E firm shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the A/E firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the A/E Prime, A/E Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees anticipated to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, include the name and their associated A/E firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their A/E firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, A/E firms must show their last 12 months of Parking Garage contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i)In Section H, Part I, SF 330 Generally, describe the A/E firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j)Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting - Everett Shaver, 570-824-3521 ext 4864, E-mail questions to: Everett.shaver@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WBVAMC693/WBVAMC693/VA24414R0615/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-R-0615 VA244-14-R-0615.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1290922&FileName=VA244-14-R-0615-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1290922&FileName=VA244-14-R-0615-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03330656-W 20140406/140404234904-70710b188431259f29294c5229b9e2d9 (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.