Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
DOCUMENT

C -- PROJECT #581-15-109 DESIGN SERVICES FOR IMPROVED SIGNAGE - Attachment

Notice Date
5/7/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915R0479
 
Response Due
6/1/2015
 
Archive Date
8/30/2015
 
Point of Contact
Jason Kinchen
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Pre-Solicitation Notice for the following services under Project #581-15-109 for Improved Signage and Wayfinding for the Huntington VAMC, Huntington, WV. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit their current SF 330 to jason.kinchen@va.gov. The SF 330s are due on June 1, 2015 at 2:00 PM Central Standard Time. The Huntington VA Medical Center is seeking professional architect/engineering firms to design a project. The project will plan, design and program an interior and exterior sign and graphics program for the Huntington VAMC. The interior sign program will develop a new room numbering system, provide for new code/life safety signs, new room identification and a directional wayfinding sign program. The exterior sign program will identify buildings and provide directional wayfinding. Also, this project will develop interior, exterior, and vehicular maps to be shared with patients to assist with wayfinding throughout the facility. During the course of the development of the directional wayfinding sign program for the interior, coordination will be conducted with the facility to identify architectural, interior design and communication issues at the facility that can be improved to provide better circulation and communication of services for patients and visitors. In the development of the directional wayfinding sign program for the exterior, coordination will be conducted to identify site circulation issues for both vehicles and pedestrians that can be improved to provide better circulation and parking for patients and visitors. The sign program "design look" will be developed to coordinate with the VA Signage Design Guide utilizing a component base sign system and current design standard for interior signage used at the Huntington VAMC (Takeform Fusion). The A/E firm shall have experience in providing design services specifically for the development of interior and exterior signage for health care facilities. The A/E firm's activities and experience requirements are: 1. Project Manager assigned to signage planning, wayfinding and programming must have experience with programming the room and informational signing for the interior and exterior of medical centers. Included are the development of a wayfinding (directional) sign programs, room number and life safety signing, the development of pedestrian and vehicle wayfinding sign programs, building and entrance identification and traffic/regulatory signing. 2. Ability to provide sign location plans in AutoCAD (if AutoCAD files are available from the VA for the buildings and sites involved). 3. Familiarity with the VA's Signage Design Guide. 4. Knowledge of medical terminology and operational characteristics of medical centers and clinics. 5. Selected firm will be excluded from bidding the sign product and installation. 6. Project manager assigned to the project must have experience in developing new room numbering systems for medical centers. During the procurement and construction period, AE shall provide technical services, answering bid questions, performing sketches and/or correction as require, review submittals during the construction phase, and visit the site at VA request. The estimated cost of construction range for project #581-15-109 is between $500,000 and $1,000,000. All applicable codes and regulations apply. FAR Clause 52.236-2 ( c ) - Design Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. All offerors shall be further advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. A short list of the three most highly ranked firms shall be determined from the evaluation of the submitted SF-330s. Only the three most highly ranked firms will be considered for further negotiations. Those firms that do not rank in the short list will be notified of their exclusion from further competition. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). The submitted SF330s will be evaluated on the following 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; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (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 The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the "Find a Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit their current SF 330 to jason.kinchen@va.gov. The SF 330s are due on June 1, 2015 at 2:00 PM Central Standard Time. Use the following instructions for submitting your SF 330. Requirement for Electronic Submission Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable and will be returned. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1.Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files) 2.Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 3.Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. 4.Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. a.Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation or Offer depending on the solicitation type. b.Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer. The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. Security Issues, Late Bids, Unreadable Offers 1.Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. 2.Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. 3.To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as "unreadable" pursuant to FAR Parts 14.406 and FAR 15.207(c ). 4.The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned 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 service-disabled 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 service-disabled veteran-owned 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 service-disabled veteran-owned 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 service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0479/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-R-0479 VA249-15-R-0479_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2033405&FileName=VA249-15-R-0479-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2033405&FileName=VA249-15-R-0479-000.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: VAMC Huntington, WV
Zip Code: 25704
 
Record
SN03723640-W 20150509/150507234959-05701a519e6cac92067de1c4cd3eeb61 (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  © 1994-2020, Loren Data Corp.