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 -- Renovate Outpatient Pharmacy Saint Albans - Attachment

Notice Date
8/17/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N1340
 
Response Due
9/1/2015
 
Archive Date
10/31/2015
 
Point of Contact
Jerry Borowka
 
E-Mail Address
630-2835<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 630A4-14-440 "Renovate Outpatient pharmacy (SA)" at the St. Albans Campus, VA New York Harbor Healthcare System, 179-00 Linden Blvd., Jamaica, New York 11425. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. Magnitude of Construction is between $1,000,000.00 to $1,200,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or after September 30, 2015, subject to availability of funds. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent 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". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). LOCATION St. Albans Campus, VA New York Harbor Healthcare System, 179-00 Linden Blvd., Jamaica, New York 11425 SCOPE OF SERVICE REQUIRED I. Scope of Work: Provide all necessary Architect/Engineer (A/E) services for development of Construction documents, construction period services and site inspection trips for the Renovation of existing Outpatient Pharmacy Project located at the New York Harbor Healthcare Center--Saint Albans Community Living Center-Saint Albans.-Bldg no 89 1st floor. II. Specific Requirements: A)The A/E shall provide all A/E services necessary for preparation of complete construction documents and, construction period services to include submittal reviews and, responses to RFI's. The A/E shall be responsible for verification of all existing As-built drawings,preparation of contract drawings and specifications including demolition, architectural, mechanical, electrical and fire suppression drawings for construction and providing a detailed cost estimate. The design shall provide C.I.H. services (Certified Industrial Hygienist) for preparation of asbestos drawings and specifications and asbestos air monitoring B)The A/E shall provide construction period services to include submittal reviews,responses to RFI's,site visits and preparation of As-Built drawings for Contractor mark up C)The A/E shall incorporate all necessary phasing,personnel relocation, noise control, infection control, and all interim life safety measures necessary to implement the construction D)A/E shall provide at least 3 options schematic layouts of the Outpatient Pharmacy for review and approval. E)Design shall consist of existing Outpatient Pharmacy: I.V. room, Stock room,Dispensing areas,Processing areas, Administrative areas,Toilets etc to comply with all VA guidelines for Outpatient Pharmacy. F)The project design involves installation of of new plumbing fixtures,new lighting, electrical,new security system and fire protection throughout the entire area. G)The project design also includes the demolition of existing wall partition and installation of new sheetrock board walls,new ceiling tiles, ceiling grids and new finishes throughout the entire area. H)Install new doors and new frames where necessary. I)All contractor employees and subcontractors under this contract are required to complete the VA 's online security awareness training course and the privacy awareness training course annually.Contractor must provide signed certifications of completion to the COR during each year of the Contract. J)All work shall conform to all V.A. criteria, regulations and guidelines. Design shall comply with NFPA 101 Life safety codes,NFPA 99 Healthcare Facility codes,National Electric Codes (NEC) and VA Fire protection Design manual and all current Infection control standards. III. Industrial Hygiene (I.H.) The following task shall be performed in accordance with VA Design Requirements: A)Schematic Design: Task 1 - Inspect project area. Task 2 - Sample suspect materials. Task 3 - Review sample analysis. Task 4 - Submit laboratory analysis. Task 5 - Design and specify appropriate technique and approaches to asbestos abatement. Task 6 - Review asbestos submittals and provide construction period services during construction. Task 7 - Provide air monitoring service during the removal of asbestos abatement. IV. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, and VA Standards and Criteria. V.The following must be incorporated in the A/E design: A) Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. B) Recommend various options for the hospital engineers to evaluate. C) Provide all necessary site survey work to verify As-Built drawings and field conditions. D) Provide construction period services and site visits. E) Submit detailed construction cost estimate at the completion of 30%, 60% and 100% Construction Documents. VI. The A/E shall have all available As-Built drawings: A)Architectural B)Plumbing C)Asbestos D)Electrical E)HVAC It's the A/E's responsibility to verify the accuracy of the As-Built drawings. VII. Document Reviews: The A/E shall furnish and provide three (3) sets of Drawings and Specifications and detailed cost estimate at 30%, 60% and 100% completion stage review for Contract Documents. Provide six (6) sets of completed Contract Drawings and Specifications for bidding purposes and three (3) copies of 100% detailed cost estimate. Provide cost estimate at 60% and 100% Submissions. VIII. As-Built Drawings: Contract originals shall be prepared on standard VA drawing sheets of mylars using Autocad version 14 and version 2011. The A/E shall provide one (1) set of mylar drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion and the A/E shall turn over the changes in the As-Built drawings to the VA. COST RANGE Estimated Construction Cost Range: $1,000,000.00 to $1,200,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The A/E shall perform the work required within the limits of the following schedule. A/E shall provide professional services from an A/E as directed by the Contracting Officer who is familiar with the work to attend the Design reviews on the following dates: oStart kickoff meeting ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦. 2 weeks after award oStart Preliminary Survey ¦ ¦.. ¦ ¦ ¦ ¦ ¦ ¦ 1 week after kick off meeting.Start Preliminary Schematics ¦ ¦ ¦.. ¦ ¦..1 week after kick off meeting oStart Contract Document ¦ ¦ ¦. ¦ ¦ ¦ ¦ ¦ ¦1week after kick off meeting oDeliver first review material (30% complete)..Award plus 40 Calendar Days oReview first review material (30% complete)..Award plus 60 Calendar Days oDeliver second review material (60% complete) ¦ Award plus 90 Calendar Days oReview second review material (60% complete) ¦ Award plus 120 Calendar Days oDeliver third review material (90% complete) ¦ Award plus 140 Calendar Days oReview third review material (90% complete) ¦ Award plus 160 Calendar Days oDeliver Final 100% Design Documents for Bidding Purposes ¦ Award plus 190 Calendar Days Completion time is estimated at 190 Calendar Days (C.D.s) ? Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (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) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Service Veteran Owned Small Business firms are required to submit four (4) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on September 1, 2015. All submittals must be sent to the attention of Jerry Borowka (10N3NCO), VA Medical Center, 800 Poly Place, Room G-25, Brooklyn, New York 11209-7104. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Service Disabled Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (jerry.borowka@va.gov), telephone inquiries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N1340/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1340 VA243-15-N-1340.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2255966&FileName=VA243-15-N-1340-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2255966&FileName=VA243-15-N-1340-001.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: VA New York Harbor Healthcare System;St. Albans Campus;179-00 Linden Blvd.;Jamaica, New York
Zip Code: 11425
 
Record
SN03842393-W 20150819/150817235709-766a3c55148e974ee5e821b41e091c54 (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.