DOCUMENT
C -- 561-13-110 REPLACE WINDOWS - Attachment
- Notice Date
- 4/8/2014
- 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
- VA24314I0763
- Response Due
- 5/19/2014
- Archive Date
- 8/26/2014
- Point of Contact
- FLORA TAYLOR
- E-Mail Address
-
taylor@va.gov<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- SCOPE OF WORK Replace Windows B1, 5A, 6,7,15,16,17,and 18 PROJECT NO. 561-13-110 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. 561-13-110, A/E services to provide complete scope of work to replace existing Windows in Building 1, 13th to 9th Floor, building 5,6,7,15,16,17,and 18 for the VA NJ Health Care System, East Orange, NJ. 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 $2,000,000 and $5,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2014 depending on availability of funding. 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). LOCATION This project will be to replace, survey evaluate existing conditions to hot water tanks/system in building 1 for the VA NJ Health Care System, East Orange Campus, 385 Tremont Avenue, East Orange, NJ 07018-1023. Report on the condition of existing windows. Include introductory statements with description of the existing window types and locations with detailed deficiencies in the findings. Indicate if there are window-mounted AC units and where they generally occur. In the scope of window work, include any masonry work and interior repairs related to the window removal and replacement. If there is interior damage due to the existing window deficiencies, also include these repairs with the Window Work. Inspect the condition of lintels over existing windows. Indicate if repair or replacement is required. Typically, lintel replacement, if required, should be scoped with Masonry Work, since it requires brick removal and replacement, new lintel flashing, etc. 1.The A/E shall examine the existing conditions and make recommendations of proposed changes to the VA. Upon approval, the A/E shall design all necessary alterations to provide for the installation of all associated equipment, which will be in compliance with all applicable current codes. All contract drawings shall be prepared on reproducible vellum and CD (Compatible with Autocad Release 2006) and delivered to the VA Medical Center, East Orange, New Jersey upon completion of contract work. 2.The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. 3.The A/E will develop and prepare the construction document package with bid alternatives can be readily identified and listed in the procurement documents. 4.The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project. Primary design requirements include proficiency in the Architectural, Mechanical, Electrical, HVAC and Structural with secondary design expertise of the related systems necessary to accomplish the individual project items. Project shall evaluate and prepare construction drawings for Replace Windows B1,5A,6,7,15,16,17,and 18 at East Orange facility. All deficiencies shall be properly documented and redesigned accordingly. All designs shall comply with applicable sections of VA publications, "Planning Criteria for Medical Facilities", H-08-09; and "Equipment Guide List", H-08-5: also NFPA, OSHA, ANSI, JCAHO, VA standards and other applicable Federal, State and local code requirements, including UBC. A/E shall be responsible for complete functional design and provide bid documents meeting all the requirements. Ownership of the Construction Criteria Base (CCB) software is required. Provision of the text of specifications named in the construction specifications by reference shall be performed by the A/E as part of this contract. Applicable chapters of VA Master Construction Specifications shall be prepared by the A/E, including any necessary adaptations. VA Construction Standards, H-08-3, shall apply to specific design requirements. Particular attention is called to CD4, "Symbol Identification of Contract Drawings", and CD5, "Contract Drawings Details". Equipment symbols shall be utilized to the greatest extent practicable. The A/E shall carefully review all requirements of the latest edition of the Accreditation Manual for Hospitals of the Joint Commission of Accreditation of Hospitals, with respect to design and operating requirements and report all conflicting conditions in writing. Designs for the accommodations of the physically handicapped shall conform to VA H-08-13, Barrier Free Design Handbook and VA Construction Standard CD-28, Accommodation for the Physically Handicapped. NOTE: All drawing submissions shall be sent to the following: Project COTR 385 Tremont Avenue East Orange, New Jersey 07018 & Peter Leszczak VISN #3 Safety & fire Protection Engineer 950 Campbell Avenue West Haven, CT 06516 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. A.The Engineering Firm shall prepare and coordinate all engineering and site drawings, calculations, specifications and cost estimates. The degree of completion and the stages of submission shall be as specified. B.For each submission, the Engineering Firm shall incorporate the corrections, adjustments, and changes made by the VA at the previous review. The Engineering Firm shall date all reports, studies, and other submission material. C.Provide computations and sizing calculations for mechanical, plumbing, and electrical designs. For computerized calculations, submit complete and clear documentation of computer programs, interpretations of input/output and description of program procedures. D.The Engineering 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 degree of completeness of the drawings being submitted. For detailed elements, "lump sum" or "allowance" figures will not be accepted. PRELIMINARIES A.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. B.Preliminary Meeting: Prior to beginning any design work, a preliminary meeting will be conducted between the Engineering 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 Engineering Firm will have surveyed the existing facility to verify all existing conditions and become familiar with all deficiencies that need to be corrected. The Engineering Firm will write a summary of the meeting and submit it to the Contracting Officer for distribution and approval by the appropriate staff. C. 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 Engineering Firm will then complete and present alternative architectural 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. D. The VA considers originality and imaginative design an essential part of the Engineering 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. E. 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. F. 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. G. Subsequent to each VA review of the Engineering Firm's work, The Engineering Firm shall incorporate VA recommendations into the Preliminary Drawings. H. Review Meetings: Review meetings will be conducted at the end of each design phase. Two (2) weeks prior to each scheduled review meeting (set forth in SP-13 of the contract); submit six (3) 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 Engineering Firm shall take minutes of the review meeting and submit two copies to the Contracting Officer for distribution to VA staff. 100% PRELIMINARIES A. LANDSCAPE ARCHITECTURAL 1.No requirement at this submission. B. ARCHITECTURAL 1.The drawings required by this submittal delineate the one approved scheme from the previous submittal. Submit a layout for all floors and roof areas. These drawings shall incorporate all revisions from comments on the previous submittal and should show all rooms, doors, corridors, basic column grid, column sizes, electrical closets, phone closets, equipment rooms, mechanical shafts, space and all vertical circulation. 2.Show preliminary building sections to define building configuration, area and volume. Typical wall sections showing proposed building systems and materials shall be drawn. C. INTERIOR DESIGN 1.No requirement at this submission. D. ARCHITECTURAL SPECIFICATIONS 1.Submit the technical architectural specification sections of VA Master Construction Specifications edited to reflect the scope of work of the project. Coordinate drawings with all changes to the specifications. E. EQUIPMENT SPECIFICATIONS 1. 1.No requirement at this submission. F. STRUCTURAL 1.No requirement at this submission. G. SANITARY 1.No requirement at this submission. H. PLUMBING 1.No requirement at this submission. I. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1.No requirement at this submission. J. ASBESTOS ABATEMENT 1.No requirement at this submission. K. ELECTRICAL 1.No requirement at this submission. L. BARRIER FREE DESIGN 1.No requirement at this submission. M. FIRE PROTECTION 1.No requirement at this submission. WORKING DRAWINGS 1.The final approved preliminary plan shall be the basis for the development of the Working Drawings. Any changes from this plan that the Engineering Firm proposes must be approved by the VA Project Manager prior to proceeding with the Working Drawings. 2.All plans will be reviewed for functional and aesthetic relationships. The result of this phase will be a set of design documents defined to the point that no further functional decisions are required. 3.Some of the project elements may not be covered by a VA Master Specification Section. It is the responsibility of the Engineering Firm to develop the final specification requirements for each unit of work introduced into the project. New sections developed by the Engineering Firm shall be in the same format as that used in the VA Master Specifications. 4.Review meetings will be conducted at the end of each working drawing design phase. Two (2) weeks prior to each scheduled review meeting (set forth in SP-13 of the contract), submit six (6) copies of drawings, specifications and cost estimates for review. The cost estimate will reflect the level of completeness of each stage. After final approval of contract drawings has been received and the packages is ready for bid, submit one set of specification documents, one set of drawings on mylar and one set of drawings on CD. CD files that cannot be edited using AUTO CAD 2006 will be deemed unacceptable. 65% WORKING DRAWINGS A. LANDSCAPE ARCHITECTURAL 1.No requirement at this submission. B. ARCHITECTURAL 1.Submit plans with all of the revisions required from reviews in the Preliminary Phase incorporated into the plans. 2.Submit floor plans for each floor, new as well as renovated, showing all plumbing fixtures, door locations and swing, smoke and fire rated partitions and fire extinguisher cabinets. Show wall thickness and chase walls. All plans shall show column grid with columns indicated and expansion joints. Indicate and identify fixed equipment. Identify wheelchair accessible facilities. 7.Show drafting symbols and abbreviations per VA standards, general notes and begin drawings for partition, door, window and louver schedules. 8.Submit demolition plans, existing finish schedule and notes, on demolition plan. C. INTERIOR DESIGN 1. 1.No requirement at this submission. D. 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 coordinated. E. EQUIPMENT SPECIFICATIONS 1. 1.No requirement at this submission.. F. STRUCTURAL 1.Show necessary typical details correlating architectural features. 2.Show sections and details so that construction features can be defined, including the interfacing with new to existing construction. 3.Submit necessary structural sections of the VA Master Specifications edited to reflect the scope of work of the project. G. SANITARY 1.No requirement at this submission.. H. PLUMBING 1.No requirement at this submission. I. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1.No requirement at this submission. J. ASBESTOS ABATEMENT 1. 1.No requirement at this submission. K. ELECTRICAL 1. 1.No requirement at this submission. L. BARRIER FREE DESIGN 1.Submit plans incorporating comments from the previous review. M. FIRE PROTECTION 1.Submit plans showing layout of new/relocated equipment incorporating comments from the previous review. 95% WORKING DRAWINGS 1.The 95% Working Drawing 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 Engineering 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 Engineering Firm shall make any changes to the documents identified as necessary. 4.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 Engineering 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. A. LANDSCAPE ARCHITECTURAL 1.The coordination of the Construction Documents is part of the quality control expected from the Engineering Firm. Related documents shall be complete, Fully coordinated and ready for reproduction for contract bidding and construction. B. 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. C. INTERIOR DESIGN 1.Provided 100% completed finish schedule and specifications for all rooms and areas. These shall be fully coordinated between the drawings and specifications. D. 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: a.Revise draft specifications to incorporate: 1.All changes, resolution of conflicts and modifications noted in previous reviews. 2.Results of any drawing changes not shown on the drawings that affect the specifications. b.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. E. EQUIPMENT SPECIFICATIONS 1.No requirement at this submission.. F. STRUCTURAL 1.Include all completed structural drawings. All drawings shall be checked and coordinated with other disciplines prior to submission for review. G. SANITARY 1.No requirement at this submission. H. PLUMBING 1.No requirement at this submission. I. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1.No requirement at this submission. J. ASBESTOS ABATEMENT 1.No requirement at this submission. K. ELECTRICAL 1.No requirement at this submission.. L. BARRIER FREE DESIGN 1.No requirement at this submission. M. FIRE PROTECTION 1.Complete all plans and specifications. Ensure compliance with NFPA. N. 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: a.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. b.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. c.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. 100% WORKING DRAWINGS 1.The 100% Working Drawing 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 Engineering 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 Engineering Firm shall make any changes to the documents identified as necessary. 4.The Engineering Firm shall deliver the original contract drawings to the Project Manager for signature, 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 Engineering 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. A. LANDSCAPE ARCHITECTURAL 1.The coordination of the Construction Documents is part of the quality control expected from the Engineering Firm. Related documents shall be complete, Fully coordinated and ready for reproduction for contract bidding and construction. B. 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. C. INTERIOR DESIGN 1.No requirement at this submission.. D. 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: a.Revise draft specifications to incorporate: 1.All changes, resolution of conflicts and modifications noted in previous reviews. 2.Results of any drawing changes not shown on the drawings that affect the specifications. b.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. E. EQUIPMENT SPECIFICATIONS 1.Submit typed master specifications in final format and content. 2.Include a set of equipment drawings fully coordinate. F. STRUCTURAL 1.Include all completed structural drawings. All drawings shall be checked and coordinated with other disciplines prior to submission for review. G. SANITARY 1.No requirement at this submission. H. PLUMBING 1. 1.No requirement at this submission. I. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1. 1.No requirement at this submission. J. ASBESTOS ABATEMENT 1.No requirement at this submission. K. ELECTRICAL 1.No requirement at this submission. L. BARRIER FREE DESIGN 1.No requirement at this submission. M. 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. N. 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: a.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. b.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. c.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. CONSTRUCTION PERIOD SERVICE 1.Assist in the development of shop drawings, and review submittals for acceptance. 2.Answer questions from prospective bidders about the project design. 3.Draft record (as Built) drawings where necessary. 4.Conduct periodic inspection services. These "site visits" also include a pre-construction conference and a final inspection visit. The Engineering Firm will submit a survey report summarizing the conditions found at the construction site as a result of the site visit. 5.Provide estimates and aid in the development of supplemental agreements amendments to the contract (if necessary). 6.Perform Tasks 6 through 9 according to the "Special Instructions - Asbestos Abatement" document (attached). Deliver 100% Schematic Review material to Contracting Officer not later than ¦.. May 12, 2014. Review 100% Schematic material with Contracting Officer on ¦ ¦ ¦May 19, 2014. Deliver 65% Construction Document Review Material to the Contracting Officer not later than June 16, 2014. Review 65% Construction Documents with the Contracting officer on ¦June 23, 2014. Deliver 95% Construction Document Review Material to the Contracting Officer not later than July 13, 2014. Review 95% Construction Documents with the Contracting Officer on ¦July 20, 2014. Deliver 100% Construction Document Package, including all bid document sets, Mylar reproducible, CD's and all other required items no later than ¦ ¦ ¦July 27, 2014. 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 Total small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a small business concern. (c) Agreement. A 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 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 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 small business concerns. (d) A joint venture may be considered a small business concern if: (1) At least one member of the joint venture is a small business concern, and makes the following representations: That it is a Total 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 Total Small Business concern. (e) Any total 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 Total 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 May 13, 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 Total 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/VA24314I0763/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-I-0763 VA243-14-I-0763.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1297132&FileName=VA243-14-I-0763-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1297132&FileName=VA243-14-I-0763-000.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-0763 VA243-14-I-0763.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1297132&FileName=VA243-14-I-0763-000.docx)
- Place of Performance
- Address: NEW JERSEY HEALTH CARE MEDICAL CENTER;385 TREMONT AVENUE;EAST ORANGE, NJ 07018
- Zip Code: 07018
- Zip Code: 07018
- Record
- SN03332822-W 20140410/140409021851-31986030f30075047a6729949640b074 (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 |