DOCUMENT
C -- AE - Renovate 5AB Mental Health Ward - Attachment
- Notice Date
- 1/15/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 560;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24815R0605
- Archive Date
- 1/30/2015
- Point of Contact
- John E. Petersen
- E-Mail Address
-
Contracting Officer
(john.petersen1@va.gov)
- Small Business Set-Aside
- N/A
- Description
- "This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project No. / Title: Project # 546-15-145, "Renovate 5AB Mental Health Ward" Work Location: Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida Estimated Price of Construction - Between $2,000,000 and $5,000,000. Estimated Design Completion Time - 120 calendar days after Notice to Proceed SF 330 Due Date/Time - Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 1:00 PM, EST on February 5, 2015. Email capacity is limited to 5-7 Megs. Point of contact: John E. Petersen, Contracting Officer PH: 813-631-2821 Email: john.petersen1@va.gov The Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida is soliciting and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services to an A/E for the development of complete construction documents for Project # 546-15-145, "Renovate 5AB Mental Health Ward". The A&E will be given written information; participate in project planning meetings, pre-bid meetings, and pre-construction meetings as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The Miami VA Medical Center is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Codes for this procurement is 541310 and 541330. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. Pursuant to FAR, the firm responding to this requirement must be permitted by law to practice the profession of architecture or engineering and meet all required qualifications. State of Florida requires a state license therefore we require this as well. I.General Requirements An Architect & Engineer (A&E) contract will be negotiated for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services. The A&E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. A.PROJECT OVERVIEW: This project will address the 5th Floor wings A&B Mental Health Ward existing conditions at Building #1, and will provide a design for the New 5th floor wings A&B Mental Health Ward. The design of this project will address, but will not be limited to, the following items: 1.Perform a technical evaluation of the existing site conditions, paying special attention to existing structural system, utilities, building operations, etc. 2.Establish additional programming requirements for the design project by collecting information from the designated VA personnel. 3.The A/E shall take into consideration all necessary life safety measures, as well as hospital flow when designing the construction phases. A justification shall be provided. 4.The project shall be phased from section to section to provide a minimum interruption to the medical center. 5.Provide a construction estimate per phase. 6.Design new ceiling configuration to fit proposed energy efficient light fixtures. 7.The A/E shall be responsible for physically identifying existing electrical panels, location and available capacity. 8.The A/E shall take into consideration VA guidelines for mental health facility and incorporate those requirements into the design. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A&E; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The A&E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: 1. Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, structural analysis and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. 2. Field verify VA furnished drawings to insure A&E design is accurate. It is the A&E's responsibility to determine existing conditions and to base the design on this information. 3. Materials to be furnished to the A&E by the VA - The following shall be Furnished to the A&E upon request: message a. VA Engineering Service will provide the A&E with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A&E and all consulting firms. The A&E will then make copies of these drawings at the VA using VA equipment. b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/ SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: All Architectural Engineering Firms wishing to perform services in the State of FL do require a Florida License no matter whether it's a federal procurement or otherwise. Additionally if you offer architectural services in a branch office then you must have a Florida licensed architect in the branch office with supervisory control. Provide your information on the SF 330 clearly marked with a copy the Florida license. 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. (Include Government and private Experience) 3)Capacity to accomplish 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 general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project oIt is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. 6)Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7)Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8)The selected A/E should have previous experience in the design of renovation within Medical Facilities. The A/E must provide documentation of at least two designs of similar work within Medical Facilities with references, names, and phone numbers with their SF330. SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Copy of current A/E Florida License 2. A copy of the firms VetBiz Registry 3. Reference Limitations on Subcontracting below 4. Cage Code 5. Dun & Bradstreet Number 6. Tax ID Number 7. The E-mail address and Phone number of the Primary Point of Contact All SF330 submittals and questions must be sent electronically to the attention of John E. Petersen, Contracting Officer at john.petersen1@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as "1 of n". Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: Potential Service-Disabled Veteran Owned Small Business (SDVOSB) contractors must be 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 Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. "Anticipated award date of the Project Construction phase is: Unknown - Probable 2016 or 2017. "Anticipated award date of the proposed A-E Contract is on or before June 30, 2015. "Anticipated period of performance of the Construction Contract is estimated: TBD. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the NCO-8 Construction Team 1 and the Miami VA Facility Engineering staff and provide A/E Services during the Construction Period Services Phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, 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). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24815R0605/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-R-0605 VA248-15-R-0605.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1816138&FileName=VA248-15-R-0605-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1816138&FileName=VA248-15-R-0605-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-R-0605 VA248-15-R-0605.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1816138&FileName=VA248-15-R-0605-000.docx)
- Record
- SN03617604-W 20150117/150115235127-2b695b5445b7fa1820e1432e0caca6c3 (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 |