Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
DOCUMENT

C -- A-E Services Roof Replacement Building 100, Bay Pines, FL - Attachment

Notice Date
1/26/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815R0625
 
Response Due
2/25/2015
 
Archive Date
3/12/2015
 
Point of Contact
Thomas Lucas
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
C - A-E Services Roof Replacement Building 100, Bay Pines, FL General Information Document Type: Presolicitation Notice Solicitation Number: VA248-15-R-0625 Posted Date:Jan 26, 2015 Original Response Date:Feb 25, 2015 Current Response Date: Feb 25, 2015 Archive Date: Mar 12, 2015 Classification Code:C- Architect and Engineering services Contracting Office Address Department of Veterans Affairs, C.W. Bill Young VAMC, Attn: Thomas Lucas Contracting Officer 10000 Bay Pines Blvd., Bldg. 2 RM 325, Bay Pines, Florida 33744 Description CONTRACT INFROMATION: This contract is being procured in accordance with the Brooks A-E act as implemented in the FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for site investigation, planning, engineering studies, and concept design. Final design and construction phase services for the subject project. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. This announcement is open only to eligible Service Disabled Veteran Owned Small Businesses 100% set aside. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in June 2015. To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the internet site at https://www.sam.gov. The anticipated contract is subject to FAR 52.222-41 Service Contract Labor Standards. PROJECT INFORMATION: Provide all Design services necessary for the replacement of the Building 100 roof system. The roof system replacement shall include the removal of the existing roofing system and deck on all levels and providing a new roofing system and deck on all levels and installation of guard rails. The roof replacement shall also include the replacement of the drains and drain lines, the replacement of lightning protection system, and copper lightning protection with minimum 16 gauge copper for the lightning protection shall be used. The relocation of mechanical, electrical, plumbing, communication equipment, and curbs shall be included. The roof shall be a 4 ply SBS modified torch applied roof. All materials and finishes must meet performance requirements contained in VA master construction specifications. The roof shall at minimum meet the Florida Energy Code. The project goal is for the new roof to meet hurricane criteria and to end the leaking of the roof. The roof shall have an R-38 value and meet Miami Dade CAT-5 Hurricane resistant. The anticipated period of performance for the design is 120 days. The estimated magnitude of construction is between $2,000,000 and $5,000,000. Selection Criteria: (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. The geographic proximity of the prime firm to C. W. Bill Young VAMC is 175 miles. (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) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. SUBMISSION REQUIREMENTS: A/E firms responding to this announcement shall submit two (2) hard copies via (CD or DVD) Standard Form (SF) 330s, Architect-Engineer Qualifications, to the following Contracting Office Address: Department of Veterans Affairs C.W. Bill Young VAMC Attn: Thomas Lucas Contracting Officer 10000 Bay Pines Blvd., Bldg. 2 RM 325 Bay Pines, Florida 33744 The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Do not submit information incorporating by reference. Submit required documents no later than 1:00 PM, EST., 25 February 2015. This notice is issued solely for information and planning purposes only. This is NOT a request for proposal. Questions may be directed via email to Thomas Lucas - Thomas.Lucas@va.gov. No phone calls please. Point of Contact Thomas Lucas Contracting Officer, Thomas.Lucas@va.gov Notice This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815R0625/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-0625 VA248-15-R-0625_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1830924&FileName=VA248-15-R-0625-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1830924&FileName=VA248-15-R-0625-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03624435-W 20150128/150126234300-a539b6cd145eaec4aa3f75d99c3657d2 (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.