DOCUMENT
C -- AE Upgrade Bldg 1 for Accessibility 583-15-110 - Attachment
- Notice Date
- 2/23/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25115R0099
- Response Due
- 3/24/2015
- Archive Date
- 7/1/2015
- Point of Contact
- Jeffery A Ridenour
- E-Mail Address
-
8-1518<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 300 mile radius of the Richard L/ Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202. This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 583-15-110, Upgrade Bldg. 1 Accessibility AE Design at the Richard L. Roudebush Medical Center in Indianapolis, IN as described below: Scope of project: 1.The Architect/ Engineer (A/E) firm shall prepare 100% complete Construction Documents for project number 583-11-110, "Upgrade Bldg. 1 Accessibility". All work is located at the Richard L. Roudebush, VA Medical Center 1481 West 10th Street, Indianapolis, Indiana. The design shall include the redesign of the following areas: a.Substance Abuse waiting area/reception/office area; b.Pre Admission Testing exam and office area for Privacy; c.Radiology area (includes MRI Remodel back office, Nuc. Med. Construction, Repair/Replace Radiographic Room doors/frames, Radiology permanent Dexa Room); d.Dental treatment/lab/office/corridors/reception/waiting areas ; e.Ortho clinic; f.various bathroom renovations (B-Wing Bsmt, A-wing 1st floor near Audiology, ER, C-Wing 1st floor near Doppler, all D-Wing bathrooms, Acute Care Decon); g.Ambulance Bay door replacement/addition of canopy and floor/drain replacement; h.West Tenth Street entrance to include new slider doors; i.Atrium interior lighting, flooring, finishes, layout; j.Medical Server Room; k.HBU & Fee Services/ Benefits reconfiguration; l.Old Comp and Pen area after they relocate - possibly consolidate Prosthetics; m.Addition of campus assistance phones and panic buttons; n.Walkway access bridge from south parking garage to main building; o.MICU Renovation/Monitor Room 2. The design shall include a phasing plan to assure that the above areas remain in operation throughout the duration of the renovation. See VA Medical Center Projects A/E Submission Instructions for additional information. Note: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. In accordance with FAR 36.204, the estimated magnitude of the resulting construction price range is estimated to be between $5,000,000 and $10,000,000. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. 2.Specialized Experience: Including technical competence in the type of work required, as well as, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3.Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time. 4.Past Performance: on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. 5.Geographic Location and Facilities of Working Offices: The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (Geographical area is limited to a 300 driving mile radius of Indianapolis, IN). 6.Reputation: standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Record of significant claims: Any record of claims against the firm due to improper or incomplete architectural and engineering services will be evaluated. 8.Specific experience: Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-100 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-100A, Federal Contractor Veterans' Employment Report (VETS-100 Report) in all cases where the contractor or subcontractor has received an award of $100,000 or more. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-100 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d) for that fiscal year. You are strongly urged to submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, you may check the following website: http://www.dol.gov/vets/programs/fcp/main.htm. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (DEC 2001) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports Veterans (SEPT 2010) under the General Conditions. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Submission Requirements: Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc) and a CD copy of the Standard Form 330. Mail to: Network Contracting Office (NCO) 11 8888 Keystone Crossing Suite 1100 Indianapolis, IN 46240 Attn: Contract Specialist Jeff Ridenour To be received by no later than 3:00 PM local time March 24, 2015. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time, telephone inquiries will not be honored. Any request for assistance with submission or other procedural matters shall be submitted via email only (jeffery.ridenour@va.gov). No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is May 15, 2015. Anticipated time for completion of design is approximately 273 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services after award of the construction project contract. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25115R0099/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-R-0099 VA251-15-R-0099_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1878566&FileName=VA251-15-R-0099-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1878566&FileName=VA251-15-R-0099-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-R-0099 VA251-15-R-0099_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1878566&FileName=VA251-15-R-0099-002.docx)
- Record
- SN03649602-W 20150225/150223235635-4eeb33a5d981cd8a97b8dca1eeb66dc2 (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 |