Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
DOCUMENT

C -- A&E - Design Inpatient Mental Health Building - Attachment

Notice Date
8/17/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural 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
VA24915R0724
 
Response Due
9/17/2015
 
Archive Date
12/25/2015
 
Point of Contact
Stephen A. Clabough
 
E-Mail Address
edical
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.Introduction: This is a Pre-Solicitation Notice for project number 596-331 that requires Architect/Engineering (A/E) Design Services to construct an inpatient mental health building at the Lexington VA Medical Center - Leestown Division located in Lexington, Kentucky. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. FOLLOWING INITIAL EVALUATION OF THE A/E FIRMS AND THEIR SF330S, A MINIMUM OF THREE FIRMS WILL BE SELECTED FOR INTERVIEWS, AND A SOLICITATION FOR A PRICE PROPOSAL WILL BE SENT TO THE HIGHEST TECHNICALLY RATED A/E FIRM TO PROVIDE THE TYPE OF SERVICE(S) REQUIRED. The A/E services contract that is anticipated to be awarded will be procured in accordance with the Brooks Act (Public Law 92- 582), Federal Acquisition Regulation (FAR) 36.602-3, FAR 36.602-4, and VA Acquisition Regulation (VAAR) 836.6 2.Description: This project will construct an approximately 17,500 SF Inpatient Mental Health building (Mental Health plus common space) and associated exterior improvements. The building will also house space for psychiatrist, group meetings, and Mental Health service offices, which are categorized as Mental Health (outpatient). The design team will need to consider the patient population (geriatric, younger acutely psychotics, and females) in its design to ensure patient safety. Physical Access Control System (PACS) and related security design standards shall be incorporated into design. The design team will also be responsible for devising a design for completing safe patient transfers from the Cooper Division to the new building. This project will also include newly configured convenient parking, drop-off, sidewalks, and entrances to both the new Building and Building 25. Project design shall clearly show work required, phasing of work required, and instructions to construction contractor regarding how to accomplish the necessary renovations in a 24/7 medical environment taking into consideration demolition, dust control, infection control, and specialized facility requirements as discussed with VA staff. Also included will be limitations, e.g. work required to be completed outside of standard administrative hours, work limited to periods shorter than a single shift, etc., for specific locations in the project. Bid deductions will be built into the scope of work of the project to allow for flexibility in construction award. The A/E firm shall meet the following requirements for the design of this project: o The minimum requirements to meet either LEED or Green Globes per VA standards for new building construction. o Per Kentucky Building Codes (KBC) complete and submit KBC Energy Efficiency Form o Per current Public Building Energy Standard design project to meet the minimum point requirement under the Energy and Atmosphere Credit, Optimize Energy Performance Standards. o Design must comply with the new Physical Security Directive issued on July 28, 2015, regarding Physical Security Manual Design for Mission Critical Bldgs. o An Environmental Assessment completed by the A/E firm. o A site, topographic, utility, landscape, and soil survey of approximately 7 acre area surrounding the location of the proposed location adjacent to Building 25. o Require Section 106 compliance as the Leestown Campus is classified as a historic district. The A/E shall coordinate and assist the owner with all consultation needed to ensure compliance with Section 106 and the new building is compliant with the Veterans Affairs Medical Center Historic Preservation Plan. o An independent cost estimate by a third party firm hired by the A/E design team. o The utilization of SEPS integrated with BIM as required by VA standards. o A three-dimensional rendering in color of the buildings as part of the design/development final submission and the construction document final submission. o Compliance with VA Sustainable Design Manual (April 2014) including compliance with Sections: 4.1, 4.2, and 6.4. o Coordinate design work with VA Medical 3.All offerors are advised that, in accordance with VAAR 836.606-73, the total cost of the A/E services contracted for shall not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, 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 A/E firm selected to complete the design. 4.Interested firms should submit their current SF-330 to stephen.clabough@va.gov. The SF-330s are due on September 17, 2015 at 1:00 PM (CT). Use the instructions located in section twelve (12) below for submitting your SF-330. 5.In accordance with FAR 36.209 - Construction Contracts with A/E Firms and 36.606 (c) - Negotiations, all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designes this requirement. 6.Security Issues, Late Submissions, Unreadable Offers a.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. b.Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. c.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 ). d.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. e.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.com 1.) at the time SF330s are submitted; 2.)when the proposal is received as a result of the solicitation issued to the most qualified firm; 3.) and on the date of contract award will result in the offeror's proposal/SF330 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. 7.The selection process will follow the guidance referenced within 36.602-3 and FAR 36.602-4. 8.The Government will not pay, nor reimburse, any costs associated with responding to this request for SF330s. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The estimated magnitude for construction (not design) of this project is between $5,000,000 and $10,000,000. a.Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VetBiz and registered in the System For Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB to be VERIFIED by CVE and VISIBLE in VetBiz at the time SF330s are submitted shall result in elimination from consideration as a proposed contractor. Contractors shall be registered and have an active "Status" in SAM at the time of award. If a contractor is not registered and does not have an active "Status" at the time of award, the contractor will be determined non-responsive. The contractor who is determined to be the next most qualified, based on interviews conducted, may receive contract award. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b.The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia. c.The project drawings/design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. 9.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 541330 with a small business size of $15 million. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF-330 in the "Find a Form" block and click on search. 10.SELECTION CRITERIA: Selection criteria for this acquisition are listed below: a.Professional qualifications necessary for satisfactory performance of required services; b.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; c.Capacity to accomplish the work in the required time; d.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; e.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; f.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; g.Record of significant claims against the firm because of improper or incomplete A/E services; and h.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 11.THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's A/E Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. 12.Electronic Submission Requirements: Unless paper offers are specifically authorized in an individual solicitation, all responses to this request for SF330s 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 this pre-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. Additionally, 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. a.Acceptable Electronic Formats (Software) for Submission of Offers i.Files readable using the current Microsoft* Office version Products: Word, Excel, and 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); ii.Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; iii.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 this pre-solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of thi pre-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; and iv.Please note that we can no longer accept.zip files due to increasing security concerns. b.E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to this SF330 request will be referred to as offers. i.Subject Line: Include the pre-solicitation number, name of company, and closing date of the pre-solicitation; ii.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; and iii.The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. 13.Point of Contact : a.Stephen A. Clabough b.(615) 225-5626 c.E-mail questions to: Stephen.Clabough@va.gov 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 the anticipated 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/VA24915R0724/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-R-0724 VA249-15-R-0724.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2256448&FileName=VA249-15-R-0724-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2256448&FileName=VA249-15-R-0724-000.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: Lexington VA Medical Center - Leestown Division;2250 Leestown Road;Lexington, KY
Zip Code: 40511-1052
 
Record
SN03842129-W 20150819/150817235447-13816405304e7a8112de888b92959c5c (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.