Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

C -- Project 626A4-16-106 – A&E – Renovate for Specialty Clinic Expansion - Attachment

Notice Date
9/17/2015
 
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
VA24915R0823
 
Response Due
10/19/2015
 
Archive Date
1/26/2016
 
Point of Contact
CO: Jon Ransom
 
E-Mail Address
Contracting Officer
(Jon.Ransom@va.gov)
 
Small Business Set-Aside
N/A
 
Description
1.PRE-SOLICITATION NOTICE: Request for SF330s - Project 626A4-16-106 - "A&E - Renovate for Specialty Clinic Expansion" at Tennessee Valley Healthcare System (TVHS), Alvin C. York VA Medical Center, Murfreesboro, TN. 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 Part 36.6 and VA Acquisition Regulation 836.6. This is not a request for proposals. No solicitation package will be issued until after an evaluation has been made on the provided SF330s. It is your responsibility to look for any amendments to this pre-solicitation request for SF330s at the FedBizOpps website at: www.fbo.gov. The Department of Veterans Affairs is seeking qualified Architectural / Engineering firms that are verified Service Disabled Veteran Owned Small Businesses (SDVOSBs) to provide design services per the requirements as set forth below: 2.GENERAL SCOPE: The A/E shall provide all necessary professional design services to renovate approximately 2000 square feet of Building 5 and approximately 5000 square feet of Building 118. Design services include complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction to "Renovate for Specialty Clinic Expansion" at the historic Murfreesboro Campus of the Tennessee Valley Healthcare System, 3400 Lebanon Pike, Murfreesboro TN 37129. Work includes, but is not limited to; architecture, construction, data/communications, lighting, interior design, plumbing, mechanical, electrical, industrial hygiene, estimating and fire protection. 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. 3.STATEMENT OF OBJECTIVES: It is the intent of the Department of Veterans Affairs to have the A/E fully survey, investigate, and document the existing space, and all systems necessary in order to gain the knowledge and insight necessary to prepare quality, accurate documents in a professional manner to accomplish the following: A.The design shall restore the historical structural integrity of the affected areas. All features affected shall be historically accurate and shall be consistent with the facility/campus. B.Renovations will maximize usage of underutilized space in building 118 to provide administrative, supervisory and direct clinical support space for the consolidation of Environmental Management Services. In addition to providing climate controlled inpatient clothing storage area, window and door replacement/addition, and loading dock expansion. C.Project will increase veteran access to health care by providing for much needed specialty clinic exam/consult rooms, reception/waiting, and restrooms in building 5. D.Design to meet VA needs, VA space criteria, VA design alerts and VA design standards. E.Design of spaces will incorporate contemporary design and operational philosophies. F.The design will increase efficiency and optimize processes by improving patient and staff flows. G.Vulnerable electrical and alarm systems located in Building 118 are currently not in secure closets. This project will correct these deficiencies in accordance with VA Security Directives. Additionally, the VA Physical Security Design Manuals will be used to guide the design for access control, monitoring and other required systems. H.The project will address and include lighting upgrades in efforts to meet required energy and sustainability requirements. I.Replacement of battery powered egress/exit lights will be accomplished. J.All components of the supply, ventilation and exhaust systems will be evaluated and upgraded to meet hospital standards, increase functionality, energy efficiency and building envelope maintenance. Include DDC and optimization controls. Whenever possible, exhaust systems shall be converted to return. K.Energy efficiency and cost savings shall be considered in all design decisions. Design to applicable sections of the TVHS Energy Requirements and Design Guide for specific energy guidance. L.Abate asbestos within the confines of the project. The goal is to be 100% asbestos free. 4.IMPORTANT INFORMATION: A.This is a 100% SDVOSB set-aside project. The small business size standard for this NAICS code 541330 is 15.0 Million. B.The Engineering firm must be located within a 300 mile driving distance of the TVHS VA Medical Center located in Murfreesboro, Tennessee. Determination of mileage eligibility will be based on Google Maps at: https://maps.google.com/. C.Magnitude: The construction cost range is between $500,000.00 and $1,000,000.00. D.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. Firms will be selected based on demonstrated competence and qualifications for the required work. E.In accordance with FAR 36.606 (c) - Negotiations, all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement. F.All offerors are 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. 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 AE firm selected to complete the design. 5.SELECTION PROCESS: A.Contract Award Procedure: Only the A&E Firms responding to this announcement by submitting an SF330 package on time will be considered for initial evaluation. 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. B.Following evaluation of the A&E firms and their SF330s, a solicitation for a price proposal will be sent to the highest technically rated A&E firm to provide the type of services required. C.Proposing firms must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE; aka VetBiz) 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. A&E firms 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 submission of proposal will result in the offeror's submission being deemed non-responsive. All A&E firms 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. D.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. E.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/. F.The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 - Architect-Engineer Services, except as provided in FAR 36.602-5 - Short Selection Process for Contracts Not to Exceed the Simplified Acquisition threshold. 6.SELECTION CRITERIA: Selection criteria for this acquisition are listed below: A.Professional qualifications necessary for satisfactory performance of required service. 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 general geographical area of the projects and knowledge of the locality of the project; provided, that application of the 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 architectural and engineering services. H.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 7.SUBMISSION REQUIREMENTS: Interested firms shall submit their current SF330s via email to contracting officer Jon Ransom at jon.ransom@va.gov with the subject line "Project 626A4-16-106 - "A&E - Renovate for Specialty Clinic Expansion" and company name. Maximum email file size is 5MB. Acceptable formats are in MS Word, Excel, PowerPoint, or PDF type files. No ZIP files can be accepted due to security concerns. You are required to email your responses by 2:00 PM Central Time on Monday, October 19, 2015. No other submission formats will be accepted. Phone calls will NOT be accepted. 8.SECURITY ISSUES, LATE BIDS, 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. 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. "Funds are not currently available and funds may not become available; therefore, the VA will not be responsible for bid and proposal costs if the solicitation is cancelled because of a lack of funding." END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0823/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-R-0823 VA249-15-R-0823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323702&FileName=VA249-15-R-0823-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2323702&FileName=VA249-15-R-0823-000.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: Tennessee Valley Healthcare System (TVHS);Alvin C. York VA Medical Center;3400 Lebanon Pike;Murfreesboro TN 37129-1237
Zip Code: 37129
 
Record
SN03891292-W 20150919/150917235809-69f98582fb23f843b6137f25d1feddb2 (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.