Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
DOCUMENT

C -- PROJECT 546-15-120 "Update Life Safety Drawings" (SOC) Provide all A/E services to update the facilities statement of conditions and the Life Safety Drawings. - Attachment

Notice Date
3/20/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;VA Medical Center;619 S. Marion Avenue;Lake City, FL 30225
 
ZIP Code
30225
 
Solicitation Number
VA24815R0980
 
Response Due
4/16/2015
 
Archive Date
6/25/2015
 
Point of Contact
Tami Drake
 
E-Mail Address
Tami.Drake@va.gov
(Tami.Drake@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINNERING (A-E) SERVICES PROJECT # 546-15-120 UPDATE LIFE SAFETY DRAWINGS **This is a 100% Service-Disabled Veteran Owned Small Business Set Aside (SDVOSB)** LOCATION OF WORK: Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida SF 330 DUE DATE /TIME: April 16, 2015 no later than 2:00pm. Electronic SF 330 and attachments if any. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT, TO INCLUDE SF 330 DOCUMENTS, IS CONTAINED HEREIN. FAILURE TO PROVIDE ANY AND ALL REQUIRED DOCUMENTS AS INDICATED IN THIS NOTICE, MAY RESULT IN BEING EVALUATED NEGATIVELY OR NOT BEING CONSIDERED FURTHER FOR THIS PROJECT. THE VA WILL NOT BE FOLLOWING UP WITH ANY RESPONDENTS SEEKING INFORMATION THAT WAS NOT PROVIDED FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. 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. The State of Florida requires a state license therefore the VA will require this as well. Department of Veterans Affairs, VA Medical Center, Miami, Florida, is seeking sources to award a firm fixed price contract for Architect/Engineering (A-E) services for development of complete comprehensive building Life Safety assessment and updated Life Safety Drawings. All work is at the VA Medical Center, Miami, Florida. The NAICS code is 541330 (Engineering Services), small business size standard is $14 Million. The anticipated award date of the proposed A-E Contract is on or before September 30, 2015. The anticipated period of performance of the A-E contract is 180 calendar days, excluding Government holidays. Duration of Construction Period Services and Authority: The A-E will be responsive to the VA Medical Center and provide basic A/E services during the construction period services phase if applicable of this project. The A/E shall serve the Government in an advisory and consultant capacity. Project Overview The VA Medical Center, Miami, Florida has a requirement to update the facilities statement of conditions and Update Life Safety Drawings. This project will provide a complete survey and investigations and the Assessment shall include compliant vs. non-compliant situations for Buildings 1, 7 and 10. This assessment Shall include the current state of the facilities compliance with the national fire protection code, local building codes, and the Joint Commission (TJC) codes. Additional requirements to inspect are: rated walls, above ceiling space and life safety drawings. Perform an existing rated wall and compartment analysis, produce a report of proposed rated wall assembly upgrades inspect above ceiling space throughout the facility and note any nonconforming conditions, denote wall upgrade locations, produce a cost estimate and prioritization report of recommended rated wall assembly upgrades. Rated door frame assemblies, fire and smoke damper, emergency egress corridors, fire protection sprinklers, fire pump and associated components, elevators, fire alarms systems. The project will also provide a complete review of the Life Safety Drawings for Building 1, including Ambulatory Care, and Building 10, Community Living Center (CLC) at the Miami VA Healthcare System main campus facility. This will also include the former OR Trailer Corridor located on the East side of the facility which is shown on a separate drawing, and connected to Ambulatory Care Building. The consultant shall carefully review all the drawings, occupancy classification, compartments, travel distances, hazardous area, capacity of means of egress arrangements of means of egress, fire/smoke rated walls to make determination of suites for the establishment of business occupancy suites. The consultant shall formulate his/her calculations of business occupancy suites based on suite square footage, remote exit requirements, distance to exit access door. The consultant shall include calculation tables which include suite information and business occupancy. Consultant shall hatch or color the suite locations and identify them on the calculation table by a suite identifier, such as SU1 and SU2. Consultant shall use all existing information on the Life Safety drawings to make determination of suites for business occupancy and shall recalculate any existing table where the data is altered due to the establishment of business occupancy suites. Consultant shall refer to NFPA 101, Life Safety Code 2012 Edition, Chapter 19, Existing Health Care Occupancy. This project will be for the A-E services necessary to accomplish this Improvement. The selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. REQUIREMENTS TO BE CONSIDERED FOR EVALUATION: Potential contractors must be actively registered in the System for Award Management (www.sam.gov) and be visibly verified as a Small Disable Veteran Owned Business (SDVOSB) in Vet Biz (www.vetbiz.gov) at time of qualification submission. Failure to either be actively registered in SAM or visibly verifiable in VetBiz at the time of submission will result in no further consideration by the VA. The A/E must meet all Licensing requirements. Examples of information resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.fbpe.org/licensure/application-process/endorsement-comity-reciprocity NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. 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 cost of contract performance will be expended by the concern's employees. Additionally, in response to this Notice, the concern will indicate the business size and type of all subcontracted firms to be used, to include what percentage of contract performance will be expended by each of those firms. Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (e.g. - SDVOSB, VOSB, 8(a), small or large business). The SDVOSB/VOSB must meet the small business size standard under the relevant industry (NAICS) Code. 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. If your concern's SDVOSB status is protested, and based upon the evidence submitted, the protest is sustained, then the concern is now ineligible for award, and may also be liable for any and all re-procurement costs, to include either pre-award costs (solicitation re-issuance) or post-award costs (contract termination and re-procurement). SUBMISSION REQUIREMENTS: Failure to provide all information will result in not being considered further for this project. The VA will not follow up with any firm in an attempt to request information that appears to be missing. Facsimile submittals will not be accepted. All information must be included in the SF 330. SF 330s, Parts I & II - ONE (1) ELECTRONIC DIGITIAL COPY. (Email cannot exceed 5MB, please number emails in subject as "1 of n".) SF330 INSERT - Insert within each package, which includes: 1. DUN AND BRADSTREET NUMBER For the A-E firm For all subcontractors and consultants, 2. TAX ID Number For the A-E firm For all subcontractors and consultants, 3. BUSINESS STATUS (SIZE/TYPE) Subcontractor and Consultants Whether SDVOSB, VOSB, 8(a), Small or Large 4. VETBIZ REGISTRY Copy of VetBiz "Verified SDOVSB" - for the A-E firm Copy of VetBiz "Verified SDOVSB" - for all subcontractors and consultants, who are claiming "Verified SDVOSB" status. 5. STATE OF FLORIDA REGISTRATION Copy of A-E firm's State of Florida Registration Copy of all subcontractor or consultant State of Florida registration. Only required if a subcontractor(s) or consultant(s) will be stamping drawings 5. PERCENTAGE OF WORK TO BE PERFORMED BY - ESTIMATED WITHIN 5% A-E FIRM PRIME SUBCONTRACTORS CONSULTANTS 6. A-E POINT-OF-CONTACT E-mail address Phone number of the Primary Point-of-Contact. DUE DATE FOR SUBMISSION: Received no later than 2:00 PM, April 16, 2015. SEND SF 330 ELECTRONICALLY TO: TAMI.DRAKE@VA.GOV (LIMIT 5MB PER EMAIL) SELECTION OF THE A/E FIRM: Firms responding to this announcement by submitting a SF330 and meeting all submission requirements will be considered for initial evaluation. Following initial evaluation of SF330s, discussions/interviews will be held with at least three (3) A/E firms that are determined "MOST HIGHLY QUALIFIED" to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for discussions/interviews/negotiations shall be made by a Pre-selection Board by evaluation of the PRIMARY SELECTION CRITERIA listed below. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follow in descending order of importance: 1.Professional qualifications necessary for satisfactory performance of required service. Note: All Architectural Engineering firms wishing to perform services in the State of Florida are required to have a Florida License. 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 of the Florida license. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, LEED certification, as well as 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 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. The area of consideration for a firm respondent is a 500-mile driving radius between the principal's business address listed in vetbiz.gov and the VA facility place of performance. Determination of mileage eligibility will be based on www.mapquest.com mileage calculation between the principle business address associated with the SDVOSB vendor's address as listed in Vetbiz and the place of performance. 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. 9.The selected A/E should have previous experience in the design of renovations within Medical Facilities. The A/E must provide documentation of a least two design of renovations within Medical Facilities with references, names, and phone numbers with the SF 330. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. If any firm wishes to be excluded from further consideration after submission of package, please send an email notification, signed by firm owner/officer, to Tami.Drake@va.gov 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 Respondent's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your information. Point of contact is Tami Drake, Contracting Officer, (386)752-3016, x 2096, Tami.Drake@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24815R0980/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-0980 VA248-15-R-0980.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1931837&FileName=VA248-15-R-0980-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1931837&FileName=VA248-15-R-0980-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Miami VA Healthcare System;1201 NW 16th Street;Miami, FL 33125
Zip Code: 33125
 
Record
SN03674497-W 20150322/150320234736-62e37c66fded7a32c4faf2090a29502a (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.